You are on page 1of 69

TENDER SPECIFICATION

CECT-685/13
FOR
33KV, 3Cx400 Sq.mm XLPE UG CABLE

CONTENTS

SECTION

DESCRIPTION

PAGE NO.

Notice inviting bids

1-4

II

Salient Features of the Bid

III

General Terms and Conditions of Contract

6 to 32

IV

Schedule of Materials

33

Technical Specification

34 52

VI

Qualification Requirements

53

VII

Sample Forms

54

1)

Bid Form

55

2)

Bid Security and Performance Security Form

56-57

3)

Contract Form

58-59

4)

Manufacturers' Authorization Form

60

5)

Performance Statement

61

6)

Details to be furnished by the Manufacturer

62

7)

Schedule of Deviations (Technical & Commercial)

63-64

8)

Declaration Form

65

NOTE:
1. Payment terms, Delivery period, Performance Bank Guarantee, Taxes and Duties
should be in line with the terms and conditions of the specification. If any bidder
does not meet any one of the conditions, such tender will not be considered. Please
note that the conditional offers are also not considered. Hence the bidder shall submit the
tender in line with the terms and conditions of the specification.

2. The

bidders
shall
check
the
website
www.apcentralpower.com
and
www.eprocurement.gov.in for amendments, if any, upto one day prior to the date of tender
opening. The amendments shall be binding on the bidders.

Ph : 040 23431360, 23431362


Fax : 040 - 23431034

CHIEF GENERAL MANAGER (P&MM)


APCPDCL

:: 1 ::
SECTION- I
CENTRAL POWER DISTRIBUTION COMPANY OF A.P. LTD.
4th Floor, Corporate Office, Mint Compound, Hyderabad

APCPDCL Website
CPDC of AP Ltd., intends to procure the following material on e-procurement platform. The
details are as tabulated below.
Sl.
No.

Material

Specification
No.

33KV, 3Cx400 Sq.mm XLPE


UG Cable

CECT-685/13

5 MVA Power Transformers

CECT-686/13

34 Sq.mm, 55 Sq.mm
and 100 Sq.mm AAA Conductor

CECT-687/13

11KV Polymer Pin Insulators


with GI Pins

STN-411/13

11KV Porcelain Pin Insulators

STN-412/13

11KV GI Pins

STN-413/13

Date & time of


downloading tender
document
From 28-03-2014 to
28-04-2014 upto 17:00
Hrs
From 28-03-2014 to
28-04-2014 upto 17:00
Hrs
From 28-03-2014 to
28-04-2014 upto 17:00
Hrs
From 15-03-2014 to
01-04-2014 upto
17:00 Hrs
From 18-03-2014 to
03-04-2014 upto
17:00 Hrs
From 18-03-2014 to
03-04-2014 upto
17:00 Hrs

Closing Date
& time of bid
submission
29-04-2014 By
12:00 Hrs

Date & time


of Tender
opening
29-04-2014 at
15:00 Hrs

Date & time of


pre-bid meeting
with bidders
10-04-2014 at
11:30 Hrs

29-04-2014 By
12:00 Hrs

29-04-2014 at
15:00 Hrs

10-04-2014 at
11:30 Hrs

29-04-2014 By
12:00 Hrs

29-04-2014 at
15:00 Hrs

10-04-2014 at
11:30 Hrs

02-04-2014 By
12:00 Hrs

02-04-2014 at
15:00 Hrs

20-03-2014 at
11:30 Hrs

04-04-2014 By
12:00 Hrs

04-04-2014 at
15:00 Hrs

20-03-2014 at
11:30 Hrs

04-04-2014 By
12:00 Hrs

04-04-2014 at
15:00 Hrs

20-03-2014 at
11:30 Hrs

For further details regarding tender specification and digital certificate please visit
www.apcentralpower.com and www.eprocurement.gov.in

Phones: 23431004/1033/1362/1360.
Fax: 040-23431034.

Sd/(M. VENKATESULU)
CHIEF GENERAL MANAGER (P&MM)

Tender Notice (Paper Notification)


CPDC of AP Ltd., intends to procure 1) 33KV, 3Cx400 Sq.mm XLPE UG Cable, 2) 5 MVA
Power Transformers, 3) AAA Conductor, 4) 11KV Polymer Pin Insulators with GI Pins, 5) 11KV
Porcelain Pin Insulators and 6) 11KV GI Pins on e-procurement platform.
For further details regarding detailed tender Notification, specification and digital certificate
please visit www.apcentralpower.com and www.eprocurement.gov.in
Phones: 23431004/1033/1362/1360.

Sd/-

Fax: 040-23431034.

(M. VENKATESULU)
CHIEF GENERAL MANAGER (P&MM)

:: 2 ::

ONLINE VERSION
Tender Notice No : CECT-685/13
Notice Inviting Tender Details
S.No
1
2

Description
Department Name
Office

3
4
5

Tender Number
Tender Subject
Delivery Schedule

6
7
8

Tender Type
Tender Category
Bid Security (INR)

Bid Security Payable to

10
11

Processing Fee (INR)


Transaction Fee

12
13

19

Transaction Fee Payable to


Date & Time of pre-bid meeting with
manufacturer
Schedule Sale opening date
Schedule Sale closing Date
Bid Submission Closing Date & time
Bid submission
Pre-Qualification & Technical Bid Opening
Date (Qualification and Eligibility Stage and
Technical Bid Stage)
Price Bid Opening Date (Financial Bid Stage)

20

Place of Tender Opening

21
22

Officer Inviting Bids/ Contact Person


Address/E-mail id

14
15
16
17
18

CPDC of AP Ltd.
Purchases & Material Management Wing, Corporate Office,
CPDC of AP Ltd
CECT-685/13
33KV, 3Cx400 Sq.mm XLPE UG Cable
The delivery of materials shall commence within two months from
the date of receipt of purchase order and supply @ 1/6 th of offered
quantity per month or as per CPDCL delivery schedule.

Open
NA
(i) Bidders shall furnish an amount of Rs. 1,00,62,000/towards bid security for quoting 100% quantity and bidders
quoting part quantity may furnish proportionate bid security.
(ii) Exemption letter of Bid Security in case of Govt. firms.
In the form of DD in favour of Pay Officer/APCPDCL / Hyd
or BG from Nationalized/Scheduled Bank in favour of Chief
General Manager/P&MM/ CPDCL/Hyd.
NIL
Transaction fee: All the participating bidders who submit the
bids have to pay an amount @ 0.03% of their final bid value
online with a cap of Rs. 10,000/- for quoted value of purchase
upto Rs.50 crores and Rs.25000/- if the purchase value is
above Rs.50 crores & service tax applicable @ 12.36% as
levied by Govt. of India on transaction fee through online in
favour of M/s. APTS. The amount payable to M/s. APTS is
non refundable.
Corpus Fund: Successful bidder has to pay an amount of
0.04% on quoted value through demand draft in favour of
Managing Director, APTS, Hyderabad towards corpus fund at
the time of concluding agreement.
APTS, Hyderabad
10-04-2014 at 12.00 Hrs.
28-03-2014 from 10:00 Hrs
28-04-2014 Upto 17:00 Hrs.
29-04-2014 Upto 12:00 Hrs
On Line
29-04-2014 at 15:00 Hrs.
05-05-2014 at 11:00 Hrs
O/o. Chief General Manager/P&MM
CPDC Of AP Ltd., 4th Floor, Corporate Office,
Mint Compound, Hyderabad 500 004
Chief General Manager/P&MM/APCPDCL/HYDERABAD
O/o. Chief General Manager/P&MM
CPDC Of AP Ltd., 4th Floor, Corporate Office,

Mint Compound, Hyderabad 500 004

23

Contact Details/Telephone, Fax

Ph. No. 040-23431319, Fax No. 040-23431034

:: 3 ::
24

25

Eligibility Criteria

Procedure for Bid Submission

As per Section IV
Bids shall be submitted online on
www.eprocurement.gov.in platform
1. The participating bidders in the tender should register
themselves free of cost on e-procurement platform in
the website www.eprocurement.gov.in.
2. Bidders can log-in to e-procurement platform in
Secure mode only by signing with the Digital
certificates.
3. The bidders who are desirous of participating in eprocurement shall submit their technical bids, price
bids as per the standard formats available at the emarket place.
4. The bidders should scan and upload the following
documents in support of technical bids. The bidders
shall sign on all the statements, documents certificates
uploaded by him, owning responsibility for their
correctness/authenticity:
a) Bid Security should be furnished
i) In the form of DD in favour of
Pay Officer/APCPDCL/Hyderabad or BG from
Nationalized/Scheduled Bank in favour of Chief
General Manager/P&MM/ CPDCL/Hyd.
b) Sales Tax Clearance Certificate For the Financial
year 2012-2013.
c) Details of previous supplies as per tender document
d) Copies of previous supply orders in support of above.
e) Duly filled and signed proforma as per Format A.
f) Transaction fee payable to C1 India.
5. The rates should be quoted in online only
6. After uploading the documents, the copies of the uploaded
statements, certificates, documents, original Demand Drafts in
respect of processing fee and Bid Security (except the Price
bid/offer/break-up of taxes) are to be submitted by the bidder
to the Chief General Manager/P&MM/APCPDCL so as to
reach before the date and time of opening of the technical bid.
Failure to furnish any of the uploaded documents, certificates,
before the date and time of opening of technical bid will entail
in rejection of the bid. The Department shall not hold any risk
on account of postal delay. Similarly, if any of the certificates,
documents, etc., furnished by the tenderer are found to be false
/ fabricated / bogus, the bidder will be disqualified, blacklisted,
action will be initiated as deemed fit and the Bid Security will
be forfeited.
7. The department will not hold any risk and responsibility
regulating non-visibility of the scanned and uploaded
documents.
8. The Documents that are uploaded online on e-market place
will only be considered for Technical Bid Evaluation.

26

Rights reserved with the Department

27

General Terms and Conditions

9. Important Notice to Contractors, Suppliers and Department


users
(i) In the endeavor to bring total automation of
processes in e-Procurement, the Govt. has issued orders vide
G.O.Ms.No. 13 dated. 5.7.2006 permitting integration of
electronic Payment Gateway of ICICI/HDFC Banks with
eProcurement platform, which provides a facility to
participating suppliers/ contractors to electronically pay the
transaction fee online using their credit cards.
APCPDCL reserves the right to accept or reject any or all of
the tenders received without assigning any reasons therefore.
The APCPDCL also reserves the right to split the tender and
place orders on more than one tenderer at its discretion
As per tender documents.

:: 5 ::
SECTION-II
SALIENT FEATURES OF THE BID
SUPERSCRIPTION ON THE TENDER COVER
Specification No
:
Material
:
Officer to whom the bid will be addressed:
Superscription on the bid cover and
the outer envelope
:
a. Specification No.
b. Due date and time for online submission
c. Date and time of online opening
d. Payment of bid security
i) If paid give details: DD/BG No.______ Dt._____ for Rs._________
ii) If exempted give details
e. Whether 90 days validity offered (yes/no).
f. Whether bid is made accepting payment terms Clause.(yes/no).
g. Whether delivery is as per delivery schedule indicated.(yes/no)
h. Whether the sample (if specified) has been enclosed/sent(yes/no)
i. Whether the quotation is in two parts . (Yes/no)
Content of Bidding Documents:
The materials / equipment required, bidding procedures, and contract terms are prescribed in the
bidding documents as listed below:
a.
Notice Inviting Bids.
b.
Salient features of the contract.
c.
Standard General terms and conditions of contract.
d.
Standard Technical specification and drawings
wherever necessary.
e.
Qualification Requirements.
f.
Schedule of requirements (Delivery Schedule)
SAMPLE FORMS.
g. Bid Form and Price Schedules
h. Bid Security Form
i.
Contract Form
ii.
Performance Security form
i.
Manufacturers Authorization form
j.
Performance Statement
k.
Details to be furnished by the Manufacturer
l.
Schedule of Deviations (Technical & Commercial)
The Bidder is expected to examine all instructions, forms, terms and technical specifications in
the bidding documents. Failure to furnish all information required by the bidding documents or to submit
a bid not substantially responsive to the bidding documents in every respect will be at Bidder's risk and
may result in the rejection of its bid.
Deviations from standard bidding document
i.
General terms and Conditions of Contract
ii
Technical
The above deviations supercede the existing terms of GCC and Technical Specification
CHIEF GENERAL MANAGER (P&MM)
APCPDCL

:: 6 ::
SECTION-III
GENERAL TERMS AND CONDITIONS
A. Introduction
1.

Definitions

1.1

In this Contract, the following terms will be interpreted as indicated:


(a)

"The Contract" means the agreement entered into between the Purchaser and the
Supplier, as recorded in the contract Form signed by the Parties, including all
attachments and appendices thereto and all documents incorporated by reference therein.

(b)

"The Contract Price" means the price payable to the Supplier under the Contract for the
full and proper performance of its contractual obligations.

(c)

"The Materials/equipment" means all of the equipment, machinery, and/or other


materials which the Supplier is required to supply to the Purchaser under the Contract.

(d)

"The Services" means those services ancillary to the supply of the Materials / equipment,
such as transportation and insurance, and any other incidental Services, such as
installation, commissioning, provision of technical assistance, training, and other such
obligations of the Supplier covered under the Contract.

(e)

"GCC" means the General Terms and Conditions of Contract contained in the section.

(f)

"The Purchaser" means the organization purchasing the Materials / equipment.

(g)

Vendor is a supplier who has registered with the purchaser for supply of
materials/equipment.

(h)

"The Supplier" means the firm supplying the Materials / equipment and Services under
this Contract.

(i)

"Day" means calendar day.

2.
2.1

Applicability
These General Conditions of contract will apply to the extent that they are not superseded by
provisions of Salient features of the Bid.

3(a)

Standards
The Materials / equipment supplied under this Contract will conform to the Standards mentioned
in the Technical specifications, and, when no applicable standard is mentioned, the authoritative
standards appropriate to the Materials / equipment' i.e., BIS, such standards will be the latest. All
material will be of the best class and will be capable of satisfactory operation under tropical
conditions without distortion or deterioration.

3(b)

Interchangeability:
All similar materials and removable parts of similar equipment will be interchangeable with each
other. A specific confirmation of this should be furnished in the bid.

4.

Scope of Work:
This specification covers design, manufacture, testing and delivery FADS (Free At Destination
Stores) of the materials described at Section VII and Technical Specification at section-VI.

:: 7 ::
5.

Eligible Bidders:
All the Manufacturers who have registered themselves with Department of Industries of
State/Central Govt. with full manufacturing and testing facilities for supply of the material /
equipment listed in Section No. VI, of Bid specification and meeting the qualification
requirements described at section IV only need quote. Bids received from firms not meeting the
above two criteria will not be considered.

B. THE BIDDING DOCUMENTS


6.

Contents of Bidding Document:

6.1

The Materials / equipment required, bidding procedures, and contract terms are prescribed in the
bidding documents as listed below:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Notice Inviting Bid


Technical Specifications
Schedule of Requirements (Delivery Schedule)
Bid Form and Price Schedules (online only)
Salient Features of the Bid
General Terms and Conditions of Contract
Qualification Requirements
Bid Security
Performance Security Form
Schedule of Deviations

6.2

The Bidder is expected to examine all instructions, forms, terms and Technical specifications in
the bidding documents. Failure to furnish all information required by the bidding documents or
to submit a bid not responsive to the bidding documents in every respect will be at Bidder's risk
and may result in the rejection of its bid.

7.

Clarification of Bidding Documents

Clarification of Bidding Documents: A prospective Bidder requiring any clarification of the bidding documents
may notify the Purchaser in writing or by cable (hereinafter, the term cable is
deemed to include
telex and facsimile) at the Purchaser's address. The Purchaser will respond in
writing
to
any
request for clarification of the bidding documents, which it receives no later than fifteen (15) days
prior to the deadline for the submission of bids. Written copies of Purchaser's
response (including
an explanation of the query but without identifying the source of inquiry) will be put on Website of the
purchaser or intimated by mail.
8.

Amendment to Bidding Documents:

8.1

At any time prior to the deadline for submission of bids, the Purchaser, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, may modify
the bidding documents by amendment.

8.2

All such amendments also would be made available on the website of APCPDCL and
e-procurement website and such amendments will be binding on the respective Bidders.

8.3

In order to allow prospective Bidders reasonable time in which to take the amendment into
account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the
submission of bids.

:: 8 ::
C. PREPARATION OF BIDS
9.

Language of Bid:
The bid prepared by the Bidder including all correspondence and documents relating to the bid
exchanged by the Bidder and the Purchaser, will be in English.

10.

Cost Associated with Bidding:


The Bidder will bear all costs associated with the preparation and submission of its bid, and the
Purchaser, will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

11.

Documents Constituting the Bid:

11.1

The bid prepared by the Bidder will comprise the following components:
i.
Bid Security in accordance with Clause No.20.
ii.
A Bid Form and Price Schedule (only for online submission) completed in
accordance with Clause No.12 and 13.
iii.
Documentary evidence establishing in accordance with Clause No.19 that the
Bidder is eligible to bid and is qualified to perform the contract if its bid is
accepted.
iv.
Documentary evidence establishing that the Materials / equipment and ancillary
services to be supplied by the Bidder are as per the Technical specification of the
bidding documents; and
v.
Tax clearance certificate
vi.
Schedule of Deviations
(a) Commercial
(b) Technical
All the Schedules will be duly filled but not necessary in the sheets attached to the specification
unless full details required in the schedules are furnished the Bids will be liable for rejection.

12.

Bid Form:

12.1

The Bidder will complete the Bid form and the appropriate Price Schedule (only for online
submission) furnished in the bidding documents, indicating the Materials/equipment to be
supplied, a brief description of the Materials / equipment, quantity and prices.

13.

Bid Prices:

13.1

The prices quoted shall be VARIABLE. Bids will be called for with prices FADS inclusive of
packing and forwarding, E.D, CESS on ED, VAT/CST and other legally permissible duties and
levies wherever applicable, handling charges to cover the transport by road from destination
railway station to site/stores, and insurance (transit and storage at site for 30 days).

13.2

Even though composite price is given, the break-up for all the duties, taxes, freight, insurance,
packing and forwarding etc., shall be furnished.

13.3

It is the responsibility of the Bidder to inform himself of the correct rates of duties and taxes
leviable on the materials at the time of bidding.

13.4

The proforma credit available to the bidder on the purchases of inputs (raw materials) consequent
to the introduction of MODVAT Scheme may be taken into account while quoting the prices.

:: 9 ::
13.5

The Bidder shall indicate on the appropriate Price Schedule (online submission) the unit prices
(where applicable) and total bid price of the Materials / equipment it proposes to supply under
the contract.
Prices indicated on the Price Schedule (on-line) shall be entered separately in the following
manner.
The price of the Materials / equipment quoted EXWORKS and all excise and other duties and
sales and other taxes payable on the finished Materials / equipment with individual breakup for
Taxes and Duties, packing and forwarding, freight and insurance, etc.

14.

Variable prices & price variation basis:

14.1

Wherever prices quoted are not firm (variable), prices FADS, E.D., S.T., freight, Insurance,
packing, forwarding and other legally permissible duties and levies shall be given separately.

14.2

Quotations will be with prices subject to adjustment up or down as per specific variation formula
with reference to the base prices of major raw-materials / components involved which will be
detailed in the bid along with the respective percentage costs in the composite price for the
finished goods.

14.3

Whenever IEEMA price variation formula is applicable, the Bidder may quote according to
IEEMA formula in force at the time of bidding which will remain the same through out the
execution and completion of the order.

14.4

The quoted prices shall be on FADS basis inclusive of transit cum 30 days storage insurance
inclusive of all taxes and duties.

14.5

The prices of raw- materials / components will be those at which Bidder actually purchases from
their principal suppliers (whose names will be invariably stated) and shall not be the landed cost
at the Bidders work including transport or any other charges. The basic price of raw materials
so quoted shall remain unaltered during the period of validity of bid as well as during the
execution of contract.

14.6

Where IEEMA formula is not applicable and where the raw materials such as Steel, Aluminium,
Zinc, Lead and Copper are involved the SAIL / TISCO / MUKUND price of steel for Zinc and
Copper as published by IEEMA and the BALCO / HINDALCO price of Aluminium shall be
applicable for price variation. The Base and final prices / indices shall correspond to same
manufacturers.

14.7

In case of conductors, where the bidder makes his own arrangements to get the Properzi Rod
made out of Aluminium, Ingot, the price of Properzi Rod as prevailing at the time of the bidder
obtaining the ingot from the primary producers shall only be taken into consideration for arriving
at the price variation claims irrespective of whatever expenditure the bidder might have incurred
in getting the ingot converted into Properzi Rod.

14.8

In cases where variable prices are quoted, if complete information as above is not given, the bid
is liable for rejection.
Irrespective of the increase in the prices of raw materials the price variance (increase) will
be limited to a maximum of 50% over the original quoted price on positive side and no
ceiling on negative side.

14.9

If the date of delivery as defined in the P.V. formula is beyond the contracted delivery date the
scheduled delivery date or the actual delivery date which ever is advantageous to the Purchaser
will form the basis for calculation of price variation.

:: 10 ::
14.10 Not withstanding the formula applicable for regulating the price variation, if at any time any
documentary evidence proof or certificate in regard to the price variation bills is required by the
Purchaser, the bidder will have to furnish the same to the Purchaser.
14.11

The price for inland transportation, insurance, packing and forwarding and other local costs
incidental to delivery of the Materials / equipment to their final destination,
The price of other (incidental) services, if any.

15.

Taxes and Duties

15.1

A bidder will be entirely responsible for quoting the correct taxes and duties, other local taxes or
levies if any, license fees, etc., he has to incur until completion of the contract. For the purpose of
evaluation the bidder should clearly indicate the Excise Duty, Sales Tax and any other levies
payable. Failure to furnish the details leads to loading as indicated in the evaluation criteria.

15.2

If the rates of statutory levies assumed by the Bidder are less than the actual rates prevailing at
the time of bidding, the Purchaser will not be responsible for such errors. If the rates of statutory
levies assumed by the Bidder are later proved to be higher than the actual / correct rates
prevailing at the time of bidding, the difference will be passed on to the credit of the Purchaser.

15.3.

Deemed Export Benefits: This is not applicable for local purchases with APCPDCL funds.

16.

Statutory Variations
Any variation up or down in statutory levy or new levies introduced after signing of the contract
under this specification will be to the account of APCPDCL provided that during delivery
schedule. In cases where delivery schedule is not adhered to by the supplier and there are upward
variation / revision after the agreed delivered date the supplier will bear the impact of such levies
and if there is downward variation / revision, the APCPDCL will be given credit to that extent.
In case of subvendor items Taxes & Duties are inclusive in tender price. No Statutory
variation is applicable. Further price variations in respect of sub-vendor items will be
considered on tender prices.
This is allowed only once during delivery period i.e. at the time of delivery of goods at
factory.

17.

Bid Currencies:
Prices shall be quoted in Indian Rupees; and will be paid in Indian Rupees Only.

18.

Quantity to quote:
Bidder shall quote a minimum quantity of at least 20% of the total quantity indicated in the bid
Specification. Offers less than the minimum prescribed are liable for rejection.

19.

Documents Establishing Bidders Eligibility and Qualifications


The Bidder shall furnish, as part of its bid, documents establishing the Bidder's eligibility to bid
and its qualifications to perform the contract if its bid is accepted.
The documentary evidence of the Bidder's qualifications to perform the contract if its bid is
accepted will establish to the Purchaser's satisfaction:
(a)

that the Bidder has the financial, technical, and production capability necessary to
perform the contract;

:: 11 ::
(b)

19.1

that the Bidder meets the qualification criteria listed in Section IV. In addition the
Bidder may furnish full particulars regarding supply of the material in question made so
far to APCPDCL during the last 5 years and other reputed utilities.

Documents Establishing Materials / equipment Conformity to Bidding Documents.


The Bidder shall furnish as part of its bid, documents establishing conformity to the bidding
documents of all Materials / equipment and services, which the Bidder proposes to supply under
the Contract.
The documentary evidence of conformity of the Materials / equipment and the services to
bidding documents may be in the form of literature, drawings, and data, and will consist of:
(a) a detailed description of the essential technical and performance characteristics of the
Materials /equipment;
(b) the bidder should specifically mention about furnishing the test certificates and a specimen
form of test certificate should be furnished along with the bid.
(c) a list giving full particulars, including available sources and current prices of spare parts,
special tools etc., necessary for the proper and continuing functioning of the Materials /
equipment following commencement of the use of the Materials / equipment by the
Purchaser; and
(d) an item-by-item commentary on the Purchaser's Technical Specifications demonstrating
substantial responsiveness of the Materials / equipment and services to those specifications,
or a statement of deviations and exceptions to the provisions of the Technical
Specifications.
For purposes of the commentary to be furnished pursuant to above, the Bidder will note that
standards for workmanship, material, and equipment, as well as references to brand names or
catalogue numbers designated by the Purchaser in its Technical Specifications, are intended to be
descriptive only and not restrictive. The Bidder may substitute alternative standards, brand
names, and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's
satisfaction that the substitutions ensure substantial equivalence to those designated in the
Technical Specifications.

20.

Bid Security

20.1

The Bidder shall furnish, as part of its bid, a Bid Security of Rs. 1,00,62,000/- towards bid
security for quoting 100% quantity and bidders quoting part quantity may furnish proportionate
bid security . This amount should be paid by way of a crossed demand draft drawn on any
schedule bank in favour of the Pay Officer, APCPDCL and payable at headquarters of the
Purchaser. The crossed DD should invariably be furnished along with the bids. Alternatively
the bidders may furnish a B.G. in original in lieu of DD as per the proforma attached. Fax /
photocopies of the bid security will not be accepted and will be rejected.

20.2

The fact of having enclosed bid security by DD/B.G. along with the bid should be clearly super
scribed on the bid envelope.
Bids, which do not have the above superscription, will be rejected and returned to the respective
bidders unopened.

:: 12 ::
20.3

Submission of BID SECURITY by way of Cheque, cash, money order, call deposit will not be
accepted and will be considered as disqualification.

20.4

Payment of BID SECURITY will be waived at the discretion of the APCPDCL in the case of
fully owned Government undertaking of the Central or State Government. Such undertakings
should immediately apply and obtain exemption before submitting their Bids. They need only
refer to the details of such exemption in their Bids. Exemption accorded by any organization
other than APCPDCL will not be considered.

20.5

Requests for exemption from payment of BID SECURITY will not be entertained in any other
cases.

20.6

Any bid not secured as above will be rejected by the Purchaser.

20.7

Unsuccessful Bidders' Bid Security will be discharged or returned as promptly as possible but not
later than thirty (30) days after the expiration of the period of bid validity prescribed by the
Purchaser.

20.8

The successful Bidder's Bid Security will be discharged upon the Bidder signing the contract.

20.9

The Bid Security may be forfeited:


(a)

if a Bidder:
i.

Withdraws its bid or alters its prices during the period of bid validity specified by the
Bidder on the Bid Form, or

ii.

Does not accept the correction of errors pursuant to Clause No.30.2; or

iii.

Offers post Bid rebates, revisions or deviations in quoted prices and / or conditions or
any such offers which will give a benefit to the Bidder over others will not only be
rejected outright but the original Bid itself will get disqualified on this account and the
Bidders BID SECURITY will be forfeited.

(b)

In the case of a successful Bidder, if the Bidder fails:

i.

To sign the contract in accordance with Clause No.38.

ii.

To furnish performance security in accordance with Clause No.39.

20.10

In cases where the Bid Cover Contains superscription of having furnished Bid Security by way
of DD/B.G. but if the same is not found within, such Bids will be rejected and bidder will run the
risk of being banned.

21.

Period of Validity of Bids.

21.1

Bids shall remain valid for the period of ninety (90) days from the date of bid opening prescribed
by the Purchaser. A bid valid for a shorter period will be rejected.
The bidders should clearly super scribe on the sealed envelopes of the bids about the validity.
Bids not containing superscription of validity will be rejected and returned unopened.

:: 13 ::
21.2

In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of
the period of validity. The request and the responses there to will be made in writing (or by
cable). The Bid Security provided under Clause No.20 will also be suitably extended. A Bidder
may refuse the request without forfeiting its Bid Security.

22.

Tax Clearance Certificates:

22.1

Copies of Income Tax, Sales Tax and Turnover Tax certificates for the latest period from the
appropriate authority will invariably be enclosed to the bid. In the case of proprietary or
partnership firm it will be necessary to produce the certificate / certificates for the proprietor or
proprietors and for each of the partners as the case may be. If the Bidder has already produced
the certificate during the calendar year in which the bid is made, it will be sufficient, if particulars
are given.

23.

Service Conditions

23.1

The equipment / materials offered will be entirely satisfactory for operation under the climatic
conditions indicated below:
(a)
Maximum ambient air temperature (in shade)
450 C
(b)
Maximum ambient air temperature (under sun)
500 C
(c)
Maximum daily average ambient air temperature
350 C
(d)
Maximum yearly average ambient air temperature
300 C
(e)
Maximum humidity
100%
(f)
Altitude above M.S.L.
Up to 1000M
(g)
Average No. of thunder storm days per annum
50
(h)
Average No. of dust storm days per annum
Occasional
(i)
Average No. of rainy days / annum
90
(j)
Average Annual Rain fall
925mm
(k)
Normal tropical monsoon period
4 months
(l)
Maximum wind pressure
150 kg/Sq.M.

23.2

Due consideration will be given to any special devices or attachments put forward by the Bidder
which are calculated to enhance the general utility and the safe and efficient operation of the
equipment / materials.

24.

Format and Signing of Bid.

24.1

The Bidder shall prepare an original and two more copies of the bid, clearly marking each
"ORIGINAL BID" and "COPY OF BID", as appropriate. In the event of any discrepancy
between them, the original will govern.

24.2

The original and the copies of the bid shall be typed and shall be signed by the Bidder or a person
or persons duly authorized to bind the Bidder to the contract. The person or persons signing the
bid will initial all pages of the bid, except for printed literature.

24.3

Any interlineations, erasures, or overwriting will be valid only if they are initialed by the person
or persons signing the bid.

:: 14 ::
D. Submission of Bids
25.
Submission, Sealing and Marking of Bids.
25.1

The tenderers are required to submit their bids in two parts as under:
(i)

Part-I (a) :
(b) :

Part-II :

Bid Security, Transaction Fee, Technical &


Qualification Requirements.
Technical Bid shall contain full technical particulars and
commercial terms and conditions but without prices. This
should not contain any cost information whatsoever.
Price Bid containing Price (shall be on-line only)

(ii)

The Part-I of the tender should be furnished in a sealed cover superscribing tender
enquiry number, name of material, name of the bidder and date of tender opening.

(iii)

Part-I of the bid will be opened on the due date of tender opening. In case the bidders
have been granted Bid Security exemption (clause-20.4), documentary evidence for the
same must be furnished. The firms whose Bid Security is not received as specified in
the tender document, the price bids will not be opened and their bids will be rejected
summarily.

(iv)

The price bids of only those bidders whose technical bids, on examination, are
determined to be technically and commercially acceptable and meeting the specified
Qualification Criteria will be opened at a later date.

Sealing and Marking of Bids.


25.2

The Bidder shall seal the original and each copy of the bid in separate envelopes, duly marking
envelopes as "ORIGINAL" and the "COPY". The envelopes will then be sealed in an outer
envelope.

25.3

The inner and outer envelopes will:


(a)
Be addressed to the Purchaser.
(b)
The sealed cover as well as outer envelope should be super scribed as noted below

25.4

The sealed cover as well as the outer envelope should be super scribed as follows:
(a) Bid Enquiry No.
(b) Due date and time for online submission.

(c) Date and time for online opening.


(d) Payment of Bid Security
(i) If paid, give details: D.D. No. Date:
(ii) If not paid or exempted, give details.

:: 15 ::
(e)
(f)
(g)
(h)
(i)

Whether 90 days validity offered.YES / NO


Whether the quotation is made accepting Payment terms clause . YES/NO
Whether the delivery is as per delivery schedule indicated. YES/NO
Whether the sample (if specified) has been enclosed/ sentYES/NO
Whether the bid is quoted in two parts (clause 25.1). (YES/NO)

25.5

Bids not super scribed as above are liable to be rejected.

25.6

The Bidder shall invariably complete the Bid in full. Details to be furnished by the bidder and
Schedule of Prices attached to the specification and enclose the same to the bid without fail. .

25.7

The bids shall be in bound volumes (With the documents in the volume not detachable). All
pages of the bid except in-amended printed literature shall be initiated by the person/persons
signing the bid. The page number shall be referred in Index. All pages including literature, type
test reports of the bid shall be numbered and the page numbers shall be continuous. Soft copy of
the technical and commercial bids and designs with drawings shall be given in Floppy disc/ CD
also. Summary sheet in the given format on the top of the bid duly signed and sealed by the
bidder.

25.8

The time of actual receipt in the office only will count for the acceptance of the bid and either the
date of bid, date stamp of post office or date stamp of any other office will not count. The
APCPDCL will not be responsible for any postal or any other transit delays.

25.9

Telegraphic quotations will not be entertained under any circumstances. Clarification,


amplifications, and / or any other correspondence from the Bidder subsequent to the opening of
bid will not be entertained. The Bidders are advised to ensure that their bids are sent in complete
shape at the first instance itself.

25.10

The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be
returned unopened in case it is declared "late".

25.11

If the outer envelope is not sealed and marked as required above, the Purchaser will assume no
responsibility for the bid's misplacement or premature opening.

26.

Deadline for Submission of Bids.

26.1

Bids together with modifications if any, or other withdrawals must be received by the Purchaser
not later than the deadline for submission of bids specified in the Salient features of the Bid.

26.2

The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending
the bidding documents in which case all rights and obligations of the Purchaser and Bidders
previously subject to the deadline will thereafter be subject to the deadline as extended.

27.
27.1
27.2

Late Bids
Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser will be rejected and returned unopened to the Bidder.
Modification and Withdrawal of Bids.
The Bidder may modify or withdraw its bid after the bid's submission, provided that written
notice of the modification, including substitution or withdrawal of the bids, is received by the
Purchaser prior to the deadline prescribed for submission of bids.

:: 16::
The Bidder's modification or withdrawal notice will be prepared, sealed, marked, and dispatched.
A withdrawal notice may also be sent by cable, but followed by a signed confirmation copy,
postmarked not later than the deadline for submission of bids. No bid may be modified after the
deadline for submission of bids.
No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified. Withdrawal of a bid during this interval may
result in the forfeiture of its Bid Security.
E.

Opening and Evaluation of Bids

28.

Opening of Bids by the Purchaser

28.1

The Purchaser will open all bids meeting above criteria, at the time, on the date, and at the place
specified.

28.2

The Bidders' names, bid modifications or withdrawals, discounts, and the presence or absence of
requisite Bid Security and such other details as the Purchaser, at its discretion, may consider
appropriate, will be announced at the opening.

28.3

Bids that are not opened and read out at bid opening will not be considered further for evaluation,
irrespective of the circumstances.

29.

Clarification of Bids

29.1

During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidder for a
clarification of its, bid. The request for clarification and the response shall be in writing, and no
change in the prices or substance of the bid shall be sought, offered, or permitted.

30.

Preliminary Examination

30.1

The Purchaser will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the
documents have been properly signed, and whether the bids are generally in order.

30.2

Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit price and quantity, the unit
price will prevail, and the total price will be corrected. If the Supplier does not accept the
correction of the errors, its bid will be rejected, and its Bid Security may be forfeited. If there is a
discrepancy between words and figures, the amount in words will prevail. If the supplier does not
accept the correction of the errors, its bid will be rejected and its Bid Security may be forfeited.

30.3

The Purchaser may waive any minor informality, nonconformity, or irregularity in bid which does
not constitute a material deviation, provided such waiver doesn't prejudice or affect the relative
ranking of any Bidder.

30.4

Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of
each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid
is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions, such as those
concerning Bid Security, and Taxes and Duties will be deemed to be a material deviation. The
Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence.

::17 ::
30.5

If a bid is not substantially responsive, it will be rejected by the Purchaser and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.

31.

Evaluation and Comparison of Bids.

31.1

The Purchaser will evaluate and compare the bids, which have been determined to be
Substantially responsive.

31.2

The Purchaser's evaluation of a bid will take into consideration one or more of the following
factors
All the bids, which are opened, read out and considered for evaluation will be checked for
qualification requirements in respect of technical and commercial aspects. Such of the bids,
which do not meet the qualification requirements, will not be evaluated further. The bid is to be
checked for its conformity to the technical specification. If it does not meet the technical
specification, the Bid will not be evaluated further. However, if in the opinion of the purchaser
the bidder has offered equipment / material better than the technical specification the same may
be considered. The bid may be rejected for the following reasons:
1. Not in the prescribed form
2. Insufficient bid security or bid not accompanied by the required bid security or proof
of bid security exemption
3. Bids not properly signed
4. The bidder is a vendor who is banned from further business transactions and the
period of ban is still in force.
5. Bid received after the due date and time
6. The bid is through telegram or fax

Further, the purchaser may enquire from the bidder in writing for any clarification of the bid. The
response of the bidder will also be in writing. However no change in the prices or substance of
the bid will be sought, offered or permitted.

Bids will be examined for completeness and for any computational errors.

Arithmetical errors will be rectified on the following basis.


o

Where there is a discrepancy between the unit price and total price, the unit price will
prevail and the total price will be corrected accordingly.

Where there is a discrepancy between words and figures, the amount in words will
prevail.

Failure on the part of the bidder to agree to the above corrections will result in rejection
of his offer and forfeiture of his bid security.

:: 18 ::

It will be ensured that the required sureties have been furnished and that the documents have
been properly signed.

The purchaser's evaluation of a bid will take into consideration one or more of the following
factors
(a)

Delivery schedule offered in the bid;

(b)

Deviations in payment schedule from that specified in the general terms and conditions
of the contract and technical deviations.

(c)

The cost of components, mandatory spare parts, and service;

(d)

The availability of spare parts and after-sales services for the equipment offered in the
Bid;

(e)

The projected operating and maintenance costs during the life of the equipment;

(f)

The performance and productivity of the equipment offered;

(g)

Other specific criteria indicated in the Bidding documents.

In addition the Purchasers evaluation of a bid will take into account the net landed cost of the
material at the final destination. For the purpose of evaluation net landed cost is arrived at by
adding all elements of the basic price, allowable discount, excise duty, any other levies, packing
& forwarding, freight charges, insurance (transit & storage) as quoted by the bidder, interest on
advance if any, erection, servicing and other charges, exclusive of CST/VAT as called for.
In addition any variation up or down in taxes and duties / new levies introduced subsequent to
bid opening and before award will be considered for comparison purposes.
The following criteria may be adopted for taxes and duties for evaluation

a. It is the responsibility of the bidder to quote all taxes and duties correctly without leaving
any column unfilled. Where taxes and duties are not applicable, the bidder should enter
NA. If no duty / tax is leviable the same may be entered as NIL. If any column is left
blank or filled vaguely like as applicable, the same will be loaded with the maximum of
the other eligible Bids.
b. Where there is an exemption of ED / ST, the documentary evidence to that effect will be
enclosed by the supplier.
c. The bidders for supply and works shall invariably possess the TIN
number and PAN Number for the bids above Rs. 5.00 lakhs and this
must be verified before entering into contract.

Prior to detailed evaluation, the responsiveness of each bid will be determined. A substantially
responsive bid is one that conforms to all the terms and conditions of the bidding documents
without material deviations. For this purpose superscription, qualification requirement, bid
security, validity, delivery, payment terms, price schedule, taxes and duties will be deemed to be
the critical provisions and deviations in any one of these items will be deemed to be a material
deviation.
The purchaser may waive any minor informality, non-conformity or irregularity in the bid which
does not constitute a material deviation, provided such waiver does not affect the relative ranking
of any bidder. The purchaser will clearly indicate in the bid specification the methodology for
evaluation of bids.

:: 19 ::
(a)

Bid price, which will include all, costs of manufacture and services at manufacturing
place as well as, Transportation to destination stores, packing and forwarding, insurance
and all Taxes & other legally permissible duties & levies payable.

(b)

Delivery schedule offered in the bid.

(c)

Deviations in payment schedule from that specified in the general terms and conditions
of the contract.

(d)

The cost of components, mandatory spare parts, and service

(e)

The availability of spare parts and after-sales services for the equipment offered in the
Bid;

(f)

The projected operating and maintenance costs during the life of the equipment;

(g)

The performance and productivity of the equipment offered; and/or

(h)

Other specific criteria indicated in the Bid Specification.

31.3(a) The Purchasers evaluation of a bid will take into account the Net Landed Cost of the Material at
destination stores inclusive of all taxes and duties and exclusive of CST/VAT quoted by the
Bidder. It is the responsibility of the bidder to quote all Taxes and Duties correctly without
leaving any column unfilled. Where not applicable the column may be filled as NA. If no
duty / tax is leviable, the same may be filled as NIL. If any column is left blank, the same is
loaded with maximum of other eligible Bids.
31.3(b) Any statutory variations of taxes and duties and new levies imposed after opening of the bid and
before award of the contract will be taken into consideration for the purpose of evaluation.
31.4

A substantially responsive bid is one, which conforms to all the terms and conditions of the
bidding documents without material deviations. For this purpose superscription, qualification
requirement, bid security, validity, delivery, payment terms, price schedule, taxes and duties will
be deemed to the critical provisions and deviations in any one of these things will be deemed to
be a material deviation.

32.

Contacting the Purchaser.

32.1

From the time of the bid opening to the time of contract award, if any Bidder wishes to contact
the Purchaser on any matter related to the bid, it should do so in writing.

32.2

Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid
comparison, or contract award will result in the rejection of the Bidder's bid.

F.

Award of Contract.

33.
33.1

Post Qualification
In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the
Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to
perform the contract satisfactorily.

:: 20 ::
33.2

The determination will take into account the Bidder's financial, and production capabilities. It
will be based upon an examination of the documentary evidence of the Bidder's qualification
submitted by the Bidder, as well as such other information as the Purchaser deems necessary and
appropriate.

34.

Award Criteria:

34.1

The Purchaser will award the contract to the successful Bidder / Bidders whose bid has / have
been determined to be substantially responsive.
Normally negotiations will only be held with responsive L1 to explore the
possibility of a further reduction in price where the rates are considered to
be too high with reference to estimated price or updated prices of the past
orders. Then the full quantity could be ordered on L1.

Where negotiations are held, the following pattern of distribution of quantities will be adopted
when orders are placed with more than one firm subject to their manufacturing capacities.
The following pattern of distribution of quantities will be adopted while placing orders and at the
same price.
I.

When the sources of supply are two


a. When there are two identical L1 offers

Percentage distribution
between L1 & L2
50 : 50

b. When both L1 and L2 are industries in


the private sector

70 : 30

c. When L2 is an undertaking or joint


venture of Govt. of AP/Central Govt.

60 : 40

II.

In case of three sources

50 : 30 : 20

III.

In case of four sources

50 : 25 : 15 : 10

However it is not binding on APCPDCL to accept the lowest or any other Bid. It reserves the
right to place orders on different Bidders.
35.

Purchasers Right to Vary Quantities at Time of Award

35.1

The Purchaser reserves the right at the


time of contract award to increase or decrease upto
50% of the quantity of Materials / equipment and services originally specified in the Schedule of
Requirements without any change in unit price or other terms and conditions.

35.2

The purchaser reserves the right to vary the ordered quantity by +/- 50% during the execution of
the contract.

36.

Purchaser's Right to Accept Any Bid and to Reject Any or All Bids

36.1

The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to contract award, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders.

:: 21 ::
37.

Notification of Award

37.1

Prior to the expiration of the period of bid validity, the Purchaser will notify the Successful
Bidder in writing by registered letter or by cable, to be confirmed in writing by registered letter,
that its bid has been accepted.

37.2

The notification of award will constitute the formation of the Contract.

37.3

Upon the successful Bidder's furnishing of the performance security, the Purchaser enters into
contract with successful Bidder / Bidders. The Purchaser will notify each unsuccessful Bidder
and will discharge its Bid Security.

38.

Signing of Contract:
The Purchaser notifies the successful Bidder that its bid has been accepted. Within 30 (thirty
days) of receipt of notification of award of Contract, the successful Bidder will sign and date the
contract. Failure to comply with this stipulation will entail cancellation of the contract besides
forfeiture of the bid security.

39.

Performance Security:

39.1

Within Fifteen (15) days of receipt of the notification of Contract award. The successful Bidder
will furnish to the Purchaser the performance security for an amount 10% of the contract value
for proper fulfillment of the contract, which will include the warranty period, and completion of
performance obligations including Warranty obligations. The Performance Security will cover
60 days beyond the date of completion of performance obligations including Warranty
obligations.
In the event of any correction of defects or replacement of defective material during the warranty
period, the warranty for the corrected / replaced material will be extended to a further period of
12 months and the Performance Bank Guarantee for proportionate value will be extended
60 days over and above the extended warranty period.

39.2

The proceeds of the performance security will be payable to the Purchaser as compensation for
any loss resulting from the Supplier's failure to complete its obligations under the Contract.

39.3

The performance security will be


(a) A bank guarantee issued by a nationalized/scheduled bank acceptable to the Purchaser,
in the form provided in the bidding documents.
(b) A banker's cheque or crossed DD or Pay Order payable at the Head quarter of
Purchaser in favour of the Purchaser drawn on any scheduled bank.

the

39.4

The performance security will be discharged by the Purchaser and returned to the Supplier not
later than sixty (60) days after the expiry date.

39.5

Failure of the successful Bidder to comply with the above requirement will entail
cancellation of the award and forfeiture of the Bid Security and the balance to make up the
performance security deposit will be deducted from pending payments if any due to the
tenderer from APCPDCL on other orders in addition the company will also become liable
for being blacklisted by APCPDCL.

:: 22 ::
40.

Corrupt or Fraudulent Practices


It is essential that the Purchaser as well as Bidder / supplier / contractor for the purposes of this
provision, the terms set forth below as follows:
(i) Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution, and
(ii) Fraudulent practice means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the determinant of the purchaser, and includes collusive
practice among Bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the purchaser of the benefits of free and open
competition;
(iii) Will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question;
(iv) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded
a contract if it at anytime determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing, a contract.

41.

Use of Contract Documents and Information:

41.1

The Supplier will not, without the Purchaser's prior written consent, disclose the Contract, or any
provision thereof, of any specification, plan, drawing, pattern, sample, or information furnished
by or on behalf of the Purchaser in connection therewith, to any person other than a person
employed by the Supplier in the performance of the Contract. Disclosure to any such employed
person will be made in confidence and will extend only so far as may be necessary for purposes
of such performance.

41.2

The Supplier will not, without the Purchaser's prior written consent, make use of any document
or information except for purposes of performing the Contract.

41.3

Any document, other than the Contract itself, will remain the property of the Purchaser and will
be returned ( in all copies) to the Purchaser on completion of the supplier's performance under
the Contract if so required by the Purchaser.

41.4

The Supplier will permit the Purchaser or his authorized representative to inspect the Suppliers
accounts and records relating to the performance of the Supplier and to have them audited by
auditors appointed by the Supplier.

42.

Patent Rights

42.1

The Supplier will indemnify the Purchaser against all third-party claims of infringement of
patent, trademark, or industrial design rights arising from use of the Materials / equipment or any
part thereof.

43.

Places / Locations:

43.1

Particulars of site location and nearest rail heads to which the equipments / material have to be
supplied will be given to successful Bidders.

:: 23 ::
44.
44.1

45.

Delivery:
Delivery period will be reckoned from the date of signing of the contract. The delivery quoted
will be firm, definite, unconditional and on the basis of receipt of materials at destination in good
condition without any bearing on the procurement of raw materials or any similar prerequisites.
The commencement date and date of delivery will be indicated. The preferred delivery time,
which is the essence of this specification, is indicated in the schedule. Final deliveries are
however, subject to confirmation at the time of Contract. Delay in delivery of materials FADS
(Free At Destination Stores) due to non-availability of railway booking, non-allotment of wagons
and any such reasons will not be considered. It is the responsibility of the supplier to make
alternative arrangements for transporting the materials by road or rail so as to see that the
material reaches the destination within the stipulated period. The Purchaser reserves its right to
defer the delivery date at any time after orders are placed without any change in the conclusion of
contract other conditions supply. The delivery period, which will be reckoned from the date of
the Contract, will be guaranteed under penalty as in Clause 60.
Inspections and Tests

(i) The supplier will keep the Purchaser informed in advance of the time of the starting and the
progress of manufacture of equipment in its various stages so that arrangement could be made for
inspection. The accredited representative of the APCPDCL will have access to the suppliers or
his subcontractors work at any time during working hours for the purpose of inspecting the
materials during manufacturing of the materials/equipment and testing and may select test
samples from the materials going into plant and equipment. The supplier will provide the
facilities for testing such samples at any time including access to drawings and production data at
no charge to Purchaser. As soon as the materials are ready the supplier will duly send intimation
to APCPDCL by Registered Post and carry out the tests in the presence of representative of the
APCPDCL.
(ii) The APCPDCL may at its option get the materials inspected by the third party if it feels
necessary and all inspection charges in this connection will be borne by the APCPDCL. In case
of materials not of acceptable quality or not conforming to the specification, the materials will
be rejected. You have to re-offer the material for inspection. In such a case the 2nd inspection
charges are to the suppliers account. In case the materials are rejected in the 2nd inspection also,
the APCPDCL reserves the right to cancel the order.
(iii) The dispatches will be affected only if the test results comply with the specification. The
dispatches will be made only after the inspection by the APCPDCL Officer is completed to the
APCPDCL satisfaction or such inspection is waived by the competent authority.
(iv) The acceptance of any quantity of materials will in no way relieve the supplier of its
responsibility for meeting all the requirements of this specification and will not prevent
subsequent rejection if such materials are later found to be defective.
(v) The supplier will give 15 days advance intimation to enable the Purchaser to depute his
representative for witnessing the acceptance and routine tests.
(vi) Should any inspected or tested materials / equipment fail to conform to the specification, the
Purchaser may reject the materials and supplier will either replace the rejected materials or make
alterations necessary to meet specifications requirements free of costs to the Purchaser.
(vii) In the case of transformers, instrument transformers and meters, inspection will be conducted
every year, for the first 5 years on a 2% sample of the quantities supplied. Samples will be
collected at random to establish that the guaranteed technical parameters are as per the submitted
bid by the supplier. In the case of non-adherence, the purchaser may take suitable action on the
supplier including cancellation of vendor registration and banning further dealings, depending
on the gravity of the deviation. These random inspections may be entrusted to a third party.

:: 24 ::
(viii)

46.

Inspection not carried out due to non-readiness of the material even after contacting /
confirmed over phone from the supplier about availability of material and physical
verification at the supplier premises, the charges @ 0.4% of Ex-works price of material
offered for inspection (inclusive of service tax and all other taxes & duties, travelling
expenses, boarding and lodging charges at the place of inspection and all incidental
charges) shall be paid by supplier subject to a maximum of Rs. 10,000.00 .

Name Plate:
Equipment should be provided with name plate giving full details of manufacture, capacities and
other details as specified in the relevant ISS or other specification stipulated. The contract No.
and date and year of supply and the words APCPDCL must be etched on the name plate.

47.

Packing

47.1

The Supplier will provide such packing of the Materials / equipment as is required to prevent
their damage or deterioration during transit to their final destination, as indicated in the Contract.
The packing will be sufficient to withstand, without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit, and open storage.
Packing case size and weights will take into consideration, where appropriate, the remoteness of
the Materials / equipment' final destination and the absence of heavy handling facilities at all
points in transit.

47.2

The packing, marking, and documentation and outside the packages will comply strictly with such
special requirements as will be expressly provided for in the Contract and in any subsequent
instructions ordered by the Purchaser. The supplier will be required to make separate packages for
each consignee, each package will be marked on three sides with proper paint / indelible ink with
the following;
1.
2
3

47.3

Contract Number
Suppliers name
Packing list reference number

The supplier, whenever dispatches material to a destination should prepare the following
information in the form of packing slip in quadruplicate and send the same to the consignee and
obtain his acknowledgement. The consignee will return to the supplier one copy of the packing
slip with his remarks. The proforma of packing slip will be as follows:
PACKING SLIP
1.
2.
3.
4.
5.
6.

Contract No. & Date.


Quantity allotted to the stores and rate applicable.
Quantity so far supplied to the stores and the rate applied.
Quantity now supplied and the rate applied.
Total quantity supplied under the Contract with rates applied.
Programme for supplying the balance quantity to the Stores.

:: 25 ::
48.

Delivery Documents

48.1

Delivery of the Materials/equipment will be made by the Supplier in accordance with the terms
specified in the contract.
The latest test certificates containing the result of the tests as per the relevant ISS or other
specification stipulated must be submitted to the Chief General Manager (P&MM) and got
approved by him.

48.2

Documents to be submitted by the Supplier are specified as under


(i)
Insurance certificate;
(ii)
Suppliers certificate certifying that the defects if any pointed out during inspection have
been rectified (3 copies).
(iii)
Manuals in Six sets and one set of reproducible drawings.
The Purchaser will receive the above documents soon after the dispatch of materials and if not
received, the supplier will be responsible for any consequent expenses.

49.

Insurance

49.1

The Materials / equipment supplied under the Contract will be fully insured against loss or
damage incidental to manufacture or acquisition, transportation and delivery and also storage for
45 days at destination stores.

49.2

The bidder shall a) Initiate and pursue insurance claim till settlement, and b) Promptly arrange
for repair and/or replacement of any damaged items in full irrespective of settlement of insurance
claim by the under Writers. c) All costs because of insurance liabilities covered under the contract
will be to suppliers account. The supplier shall provide the Purchaser with a copy of all
insurance policies and documents taken out by him in pursuance of the Contract. Such copies
of documents shall be submitted to the purchaser immediately after such insurance coverage. The
supplier shall also inform the Purchaser in writing at least sixty (60) days in advance, regarding
the expiry, cancellation and/or change in any of such documents and ensure revalidation/renewal
etc., as may be necessary well in time.
The risks that are to be covered under the insurance shall be comprehensive and shall include but
not limited to, the loss or damage in transit, storage, due to theft, pilferage, riot, civil commotion,
weather conditions, accident of all kinds, fire, flood, war risk (during ocean transportation) bad or
rough handling etc. The scope of such insurance shall cover the entire contract value.
The insurance will be in an amount equal to 100% FADS value of Materials / equipment on all
risks basis. The policy will have a provision for extension to cover further storage if necessary at
destination stores / site at APCPDCL cost. The insurance beneficiary shall be CPDC of AP
Ltd.,

50.

Transportation

50.1

The Supplier is required under the Contract to transport the Materials / equipment to a specified
place of destination defined as normally the district stores, transport to such place of destination,
including insurance and storage, will be arranged by the Supplier, and the related costs will be
included in the Contract Price only.

:: 26 ::
51.
51.1

Incidental Services
The Supplier may be required to provide any or all of the following services, including additional
services, if any.
(a)

Performance or supervision of on-site assembly and/or start-up of the supplied


Materials / equipment;

(b)

Furnishing of tools required for assembly and/or maintenance of the supplied Materials /
equipment;

(c)

Furnishing of a detailed operations and maintenance manual for each appropriate unit of
the supplied Materials / equipment;

(d)

Performance or supervision or maintenance and/or repair of the supplied Materials /


equipment, during warranty period, provided that this service will not relieve the Supplier
of any warranty obligations under this contract; and

(e)

Training of the Purchaser's personnel, at the Suppliers' plant and/or on-site, in assembly,
start-up, operation, maintenance, and/or repair of the supplied Materials / equipment.

52.

Spare Parts

52.1

The Supplier may be required to provide any or all of the following materials, notifications, and
information pertaining to spare parts manufactured or distributed by the Supplier.
(a) Such spare parts as the Purchaser may choose to purchase from the Supplier, provided that
this election will not relieve the supplier of any warranty obligations under the contract; and
(b) In the event of termination of production of the spare parts:
(c) Advance notification to the Purchaser of the impending termination.
(d) Time to permit the Purchaser to procure needed requirement; and following such
termination, furnishing at no cost to the Purchaser, the blueprints, drawings, and
specifications of the spare parts, if requested.

53.

Warranty

53.1

The supplier will warrant for the satisfactory functioning of the material/equipment as per
specification for a minimum period of 18 Months from the date of receipt of the
material/equipment in good condition.

53.2

The Supplier warrants that the Materials / equipment supplied under the Contract are new,
unused, of the most recent or current models, and that they incorporate all recent improvements
in design and materials unless provided otherwise the special guarantee sought in technical
specification. The supplier further warrants that all Materials / equipment supplied under this
Contract will have no defect, arising from a design and / or materials as required by the
Purchaser's specifications or from any act of omission of the Supplier, that may develop under
normal use of the supplied Materials / equipment.

53.3

All the materials will be of the best class and will be capable of satisfactory operation in the
tropics under service conditions indicated in clause 23.1 without distortion or deterioration. No
welding filling or plugging of defective parts will be permitted, unless otherwise specified, they
will conform to the requirements of the appropriate Indian, British or American Standards.
(Where a standard specification covering the material in question has not been published, the
standards of the American Society for testing of Materials should be followed).

:: 27 ::
53.4

The entire designs and construction will be capable of withstanding the severest stresses likely to
occur in actual service and of resisting rough handling during transport.

53.5

Unless otherwise specified the warranty period will be 18 months from the date of acceptance of
the Materials / equipment. The Supplier will, in addition, comply with the performance
guarantees specified under the contract. If, for reasons attributable to the Supplier, these
guarantees are not attained in whole or in part, the supplier will at its discretion either, Make such
changes, modifications, and/or additions to the Materials / equipment or any part thereof as may
be necessary in order to attain the contractual guarantees specified in the contract at its own cost
and expense and to carry out further performance tests as per the relevant standards.

53.6

The Purchaser will promptly notify the supplier in writing of any claims arising under this
warranty.

53.7

"Upon receipt of such notice, the Supplier will within 30 days repair or replace the defective
Materials / equipment or parts thereof, free of cost at the ultimate destination. The supplier will
take over the replaced parts/Materials/equipment at the time of their replacement. No claim
whatsoever will lie on the Purchaser for the replaced parts/Materials /equipment thereafter". In
the event of any correction of defects or replacement of defective material during the warranty
period, the warranty for the corrected/replaced material will be extended to a further period of
12 months.

53.8

If the Supplier, having been notified, fails to remedy the defect(s) within the above period, the
Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk
and expense duly deducting the expenditure from subsequent bills / bank guarantee and without
prejudice to any other rights which the Purchaser may have against the Supplier under the
Contract.

54.

Payment

54.1

100% payment with F&I taxes and duties will be arranged within 45 days reckoned from the date
of certified receipt of material / equipment in good condition at the destination / stores subject to
issue of Form-13/check measurement before due date for payment, duly transferring the said
amount to the bank account of the supplier by the purchaser bank. The supplier will have to
predefine the Bank details while entering into contract for electronic transfer of payments.

54.2

The 100% payment mentioned above is subject to on submission of performance security as per
Clause 39 by the supplier.

54.3

The supplier should invariably submit test certificates and other documents, the purchaser
specifies as soon as dispatch is made so that they can be checked and approved well in advance.

54.4

The performance guarantee to be executed in accordance with this specification will be furnished
on a stamp paper of value Rs.100/-. The Bank Guarantee will be extended if required suitably. In
accordance with the provisions of Clause No.39.

54.5

If the supplier has received any over payments by mistake or if any amounts are due to the
APCPDCL due to any other reason, when it is not possible to recover such amounts under the
contract resulting out of this specification, the APCPDCL reserves the right to collect the same
from any other amount and / or Bank Guarantees given by the company due to or with the
APCPDCL.

:: 28 ::
54.6

When the supplier does not at any time, fulfill his obligations in replacing/rectifying etc. of the
damaged/defective materials in part or whole promptly to the satisfaction of the APCPDCL
Officers, the APCPDCL reserves the right not to accept the bills against subsequent dispatches
made by the supplier and only the supplier will be responsible for any demurrages, wharfages or
damage occurring to the consignments so dispatched.

55.

Prices

55.1

Prices charged by the Supplier for Materials / equipment delivered and Services performed under
the Contract will not vary from the prices quoted by the supplier in its bid, with the exception of
any price adjustment authorized in the contract.

56.

Change Orders

56.1

The Purchaser may at any time, by a written order given to the Supplier make changes within the
general scope of the Contract in any one or more of the following:
(a)

Drawings, designs, or specifications, where Materials / equipment to be furnished under


the Contract are to be specifically manufactured for the Purchaser;

(b)

The method of shipment or packing;

(c)

The place of delivery; and/or

(d)

The Services to be provided by the Supplier.

57.

Contract Amendments

57.1

No variation in or modification of the terms of the Contract will be made except by written
amendment by the Purchaser and accepted by the supplier.

58.

Assignment

58.1

The Supplier will not assign, in whole or in part, its obligations to perform under this Contract,
except with the Purchaser's prior written consent.

59.

Delays in Suppliers Performance

59.1

Delivery of the Materials / equipment will be made by the Supplier in accordance with the time
schedule prescribed by the Purchaser in the Schedule of Requirements.

59.2

If at any time during performance of the Contract, the Supplier should encounter conditions
impeding timely delivery of the Materials / equipment, the Supplier will promptly notify the
Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier's notice, the Purchaser will evaluate the situation and may
at its discretion extend the Supplier's time for performance, with or without liquidated damages,
in which case the extension will be ratified by the parties by amendment of the Contract.

59.3

Except as provided under force majeure clause a delay by the Supplier in the performance of its
delivery obligations will render the Supplier liable to the imposition of liquidated damages unless
an extension of time is agreed upon without the application of liquidated damages.

:: 29 ::
60.

Penalty for delay in supplies


The time for and the dates for delivery mentioned in the contract will be deemed to be the
essence of the contract. Subject to force majeure Clause No.65, if the Supplier fails to deliver
any or all of the Materials / equipment or to perform the Services within the period(s) specified in
the Contract, the Purchaser will, without prejudice to its other remedies under the Contract,
deduct from the Total Ex-works value, as liquidated damages, a sum equivalent to 0.5% per
week on the undelivered portion subject to a maximum of 5% of the cost of the undelivered
portion within the scheduled time. The number of days would be rounded off to the nearest week
and penalty calculated accordingly. Once the maximum is reached the Purchaser may consider
termination of the contract.
The check measurement date i.e., the date of receipt of materials at destination stores in good
condition will be taken as the date of delivery. For calculation of penalty, the date of receipt of
material at the destination stores is the date of delivery subject to the condition that the goods/
material is received in good condition. Materials/Equipment which are not of acceptable quality
or are not confirming to the specification would be deemed to be not delivered. For penalty, the
number of days would be rounded off to the nearest week and penalty calculated accordingly.
The penalty specified above will be levied and would be adjusted against subsequent pending
bills.
In cases where new vendors fail to meet the requirement of the Contract there would be no
penalty to such vendors but they will be excluded from the next bid for the particular item of the
material.
Any failure on the part of new vendors for a second time would cause them to be removed from
the list of registered vendors.

61.

RISK PURCHASE:
Incase of supplier who has not adhered to the delivery schedule, the APCPDCL reserves the right
to purchase the balance quantity from the open market/floating another tender and recover the
extra expenditure thus incurred from the supplier.

62.
62.1

Termination for Default


The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of
default sent to the Supplier, may terminate this Contract in whole or in part:
i. If the Supplier fails to deliver any or all of the Materials / equipment within the period(s)
specified in the Contract, or within any extension thereof granted by the Purchaser.
ii. If the Supplier fails to perform any other obligation(s) under the Contract.
iii. If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.

62.2

In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure,
upon such terms and in such manner, as it deems appropriate, Materials / equipment or services
similar to those undelivered, and the Supplier will be liable to the Purchaser for any excess costs
for such similar Materials / equipment or Services. However, the Supplier will continue
performance of the Contract to the extent not terminated.

:: 30 ::
63.

Termination for Insolvency

63.1

The Purchaser may at any time terminate the Contract by giving written notice to the Supplier if
the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the supplier, provided that such termination will not prejudice or not affect any
right of action or remedy, which has accrued or will accrue thereafter to the Purchaser.

64.

Termination for Convenience

64.1

The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination will specify the termination is for
the Purchaser's convenience, the extent to which performance of the supplier under the Contract
is terminated, and date upon which termination becomes effective.

64.2

However the Materials / equipment that are complete and ready for shipment within thirty (30)
days after the supplier's receipt of notice of termination will be accepted by the Purchaser at the
Contract terms and prices.

65.

Force Majeure

65.1

The Supplier will not be liable for forfeiture of its performance security, penalty for late delivery,
or termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the Contact is the result of an event of Force Majeure.

65.2

For purposes of this clause, "Force Majeure" means an event beyond the control of the Supplier
and not involving the Supplier's fault or negligence and not foreseeable. Such events may
include, but are not restricted to, wars or revolutions fires, floods, epidemics, quarantine
restrictions, and freight embargoes.

65.3

If a Force Majeure situation arises, the supplier will promptly notify the Purchaser in writing of
such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the
Supplier will continue to perform its obligations under the Contract as far as is reasonably
practice, and will seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
No price variance will be allowed during the period of force majeure.

66.

Settlement of Disputes

66.1

If any dispute or difference of any kind whatsoever will arise between the Purchaser and the
Supplier in connection with or arising out of the Contract, the parties will make every effort to
resolve amicably such dispute or difference by mutual consultation.

66.2

If, after thirty (30) days the parties have failed to resolve their dispute or difference by such
mutual consultation, then either the Purchaser or the Supplier may give notice to the other party
of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and
no arbitration in respect of this matter may be commenced unless such notice is given.

66.3

Any dispute of difference in respect of which a notice of intention to commence arbitration has
been given in accordance with this Clause will be finally settled by arbitration. Arbitration may
be commenced prior to or after delivery of the Materials / equipment under the Contract.

66.4

Arbitration proceedings will be conducted in accordance with the following rules of procedure.
The dispute resolution mechanism will be as follows:

:: 31 ::
(a)

In the case of a dispute or difference arising between the Purchaser and a Supplier
relating to any matter arising out of or connected with this agreement, such dispute or
difference will be settled in accordance with the Arbitration and Conciliation Act. 1996.
The Arbitral Tribunal will consist of three Arbitrators one each to be appointed by the
Purchaser and the supplier the Third Arbitrator will be chosen by the two Arbitrators so
appointed by the parties and will act as Presiding Arbitrator. In case of failure of the two
Arbitrators appointed by the parties to reach upon a consensus within a period of 30 days
from the appointment of the Arbitrator appointed subsequently, the Presiding Arbitrator
will be appointed by The Institution of Engineers (India).

(b)

If one of the Parties fails to appoint its Arbitrator in pursuance of Sub-Clause (a) within
30 days after receipt of the notice of the appointment of its Arbitrator by The Institution
of Engineers (India), will appoint the Arbitrator. A certified copy of the order of the
Institution of Engineers (India), making such an appointment will be furnished to each to
the parties.
Arbitration Proceedings will be held at Purchasers Headquarters, and the language of
the Arbitration Proceedings and that of all documents and communication between the
parties will be English.

(c)

66.5

(d )

The decision of the majority of Arbitrators will be final and binding upon both parties.
The cost and expenses of Arbitration Proceedings will be paid as determined by the
Arbitral Tribunal. However, the expenses incurred by each party in connection with the
preparation, presentation etc., of its proceedings as also the fees and expenses paid to the
Arbitrator appointed by such party or on its behalf will be borne by each party itself.

(e)

Where the value of the Contract is Rs. One Crore and below, the disputes or differences
arising will be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed
by agreement between the parties; failing such agreement, by the appointing authority
namely The Institution of Engineers (India).

Notwithstanding any reference to arbitration herein,


(a)

The parties will continue to perform their respective obligations under the Contract
unless they otherwise agree; and

(b)

The Purchaser will pay the Supplier any monies due to the Supplier.

67. Jurisdiction
67.1

All and any disputes or differences arising out of or touching this contract will be decided by the
Courts or Tribunals situated in Purchasers Headquarters only. No suit or other legal proceedings
will be instituted elsewhere.

68.

Notices

68.1

Any notice given by one party to the other pursuant to this Contract will be sent to the other party
in writing or by cable, telex, or facsimile and confirmed in writing to the other partys address.

68.2

A notice will be effective when delivered or on the notice's effective date, whichever is later.

:: 32 ::
69.

Foreign Exchange

69.1

No Foreign Exchange is available or expected for this purchase. Offers which do not require
release of F.E. or procurement of import license by APCPDCL only will be considered. Where
some of the components are to be imported the manufacturer will have to make their own
arrangements for import license etc., and should not look for any assistance from APCPDCL.

70.

Extension Order

70.1

All supply contracts will contain a provision for increasing or decreasing the quantity to be
supplied by an agreed percentage during the schedule delivery period. In the case of any
emergency, increasing the quantity to the extent provided in the contract may be necessary.
In the case of piling up of stock or if prices have generally reduced, decreasing the quantity
may be considered with the approval of the concerned Director and Director (Finance).

:: 33 ::
SECTION IV
SPECIFICATION NO. CECT-685/13 (SCHEDULE OF MATERIALS)
Sl.
No.

Description of Material

Qty. in
(KM)

33 KV grade under ground XLPE cable suitable for earthed system having compacted
circular stranded aluminum conductor shielded with semi- conducting compound
extruded layer XLPE insulated dry cured core shielded with semi-conducting compound
extruded layer followed by metallic copper foil, screened inner sheath of extruded PVC,
galvanized single flat steel wire armoured and PVC sheathed overall conforming to
IS:7098 Part-II/1985, IS:5831 and IS:3975 as amended upto date with ISI marked of
following size.
33 KV UG XLPE Cable (3Cx400 Sq.mm)
The cable must have Dry Cured-Dry Cooled (Gas cooled) Insulated Cores.
The cable must have Insulated Cores produced from triple Extrusion through
Common Triple Cross Head (Single Point Triple Extrusion).

During the manufacturing process, Water Tree Retardant (TR) XLPE


insulation should be used. Proof of Purchase of insulating material should be
submitted.

Partial Discharge should be less than 2 piccocolombs.

Curing chamber length and Cooling chamber lengths should be specified.

CPDCL reserves the right to inspect the insulation process, dry curing and dry
cooling (gas cooling) during the manufacturing process.

Stores

300 KM

FADS at
CPDCL
stores

Note: - (1) The Variable prices shall be quoted.


(2) The quantity of monthly delivery may be quoted.
(3) Delivery: Required in 6 months. Shall commence within two months from the date of

receipt of purchase order and supply @ 1/6th of offered quantity per month.
(4) The tenderer should quote the rates for free at APCPDCL destination stores.

(5) The tenderer shall furnish a copy of valid BIS license for ISI marking together
with their offer, without which the offer shall be treated as non-responsive.
(6) The prices shall be variable as per IEEMA price variation formula with 50% price
variation ceiling on positive side and no ceiling on negative side with the following
price variation formula with Base Date as 01-03-2014.
P = Po + AlF(AL-Alo) + CCFAI(CC-Cco)+FeF(Fe-Feo).
For any price variation up or down in the prices of raw materials as defined above of Rupee one
in price per MT of EC Grade Aluminium Rods (Al), PVC Compound (CC) Grade CW 22 and Steel for
Armouring (Fe) (Wire), the corresponding increase or decrease in price per KM of finished Cable
allowable shall be as given below.
Sl.No.
Description
Variation factor
1.
AIF
3.374
2.
CCFAI
5.736
3.
FeF
8.760
For the purpose of calculation of price variation the prices of EC Grade Aluminium Rods (Al),
PVC Compound (CC) Grade CW 22 and Steel for Armouring (Fe) (Wire) shall be taken as these
prevailing one month prior to the date of delivery.
CHIEF GENERAL MANAGER/P&MM

:: 34 ::

SECTION-V - (CECT-685/13)
TECHNICAL SPECIFICATION FOR 33 KV 3Cx400 Sq.mm UG XLPE CABLE
1. SCOPE:
1.1 The scope of this specification covers the design, manufacture, stage inspection at works, inspection
and testing the finished ISI marked 33KV 3x400 Sq.mm stranded, compact circular aluminum
conductor, conductor screened with extruded semiconducting compound water tree retardant (TR),
XLPE insulated , insulation screened with extruded semi conducting compound dry cured(Nitrogen
gas cooled) from triple extrusion through common triple cross head (single point triple extrusion) in
combination with copper tape cores laid up, Filler inner sheathed, galvanized round steel wire armored
and overall PVC sheathed Black colour cable conforming to IS:7098 /II/85 with latest amendments
and as per specification detailed.
2. RATED VOLTAGE:
a. The rated voltage of the cable shall be 33000 Volts AC with the highest system voltage
of 36000 Volts between phases of the effectively earthed three-phase transmission
system.
3. APPLICABLE STANDARDS:
a. Unless otherwise stipulated in the specifications, the latest version of the following Standards
shall be applicable:
a. IS 7098 (Part 2)-Cross-linked Polyethylene insulation for Cables.
b. IS 8130-Conductors for insulated electrical cables and flexible cords.
c. IS 10810(series)-Methods of tests for cables.
d. IS 10418-Drums for electric cables.
e. IS 3975-Specification for mild steel wires, strips and tapes for armouring of cables.
f. IS 5831-Specification for PVC insulation sheath for electric cables.
g. IS 10462-Fictitious calculation method for determination of dimensions of protective
coverings of cables Part 1 - Elastomeric and thermoplastic insulated cables.
The cables manufactured to any other International Standards like BSS, IEC or equivalent standards
not less stringent than Indian Standards are also acceptable. In such cases the Bidders shall enclose a
copy of the equivalent international standard, in English language, along with the bid.
4. CONSTRUCTION:
4.1 Conductor: - The cable conductor shall be made from stranded aluminum to form compact shaped
conductor having resistance within the limits specified in IS:8130/1984 and any amendment thereof.
The wires shall be laid up together with a suitable right hand lay. Stranded Class 2 Annealed as per
the IS:8130 / IEC 60228/ BS 6360 standards.

The continuous rated current in ground shall be 410 A and 485 A in air.

The Approx. conductor diameter shall ne 24.0 mm

:: 35 ::

The Approx. DC resistance of conductor at 20 degrees centigrade shall be 0.0778 ohms.

The Approx. AC resistance of conductor at 90 degrees centigrade shall be 0.101ohms.

The Approx. Capacitance of the cable shall be 0.24 microfarads/KM.

4.2 Conductor Shield : The conductor having a non-magnetic semi-conducting screen shall ensure
perfectly smooth profile and avoid stress concentration. This conductor screen shall be extruded in
the same operation as the insulation, the semi-conducting polymer shall be cross linked and shall
be as per the IS:7098 Part 2, IEC:60502 Part 2, BS:6622, BS:7835.

4.3 Insulation: - The insulation shall be water tree retardant (TR) cross linked polyethylene insulation
applied by extrusion and shall conform to the following requirements:
Sl.No.
1.
2.
3.

4.

5.

4.3.1
4.3.2
4.3.3
4.3.4
4.3.5

Properties
Tensile Strength
Elongation to break
Aging in air oven:
a) Treatment: Temperature:
Duration:
b) Tensile Strength variation:
c) Elongation variation:
Hot set:
a) Treatment: Temperature:
Time under load
Mechanical stress
b) Elongation under load
c) Permanent elongation (set) after cooling

Requirements
12.5N/mm, Min.
200 percent, Min
1353C
7 days
25 percent, Max
25 percent, Max
2003C
15 min
20N/cm
175 percent, Max
15 percent, Max

Shrinkage:
a) Treatment: Temperature
1303C
Duration
1 hour
b) Shrinkage
4 percent, Max
6.
Water absorption (Gravimetric):
a) Treatment: Temperature:
852C
Duration
14 days
b) Water absorbed
1 mg/cm, Max
7.
Volume Resistivity
a) at 27C
1x1014 ohm-cm, Min
b) at 70C
1x1013 ohm-cm, Min
8
Thermal Resistivity
350 degrees C cm/W
9
Power factor at maximum conductor 0.008
temperature
10
Dielectric strength
22 kV/mm
The XLPE insulation should be suitable for specified 33 KV system voltage.
The curing process of XLPE insulation should be dry cured with nitrogen cooled.
The manufacturing process shall ensure that insulations shall be free from voids.
The insulation shall withstand mechanical and thermal stresses under steady state and transient
operating conditions.
The extrusion method should give very smooth interface between semi-conducting screen and
insulation.

:: 36 ::
4.3.6

4.3.7

4.3.8

4.3.9

The insulation of the cable shall be high stranded quality, specified in IS:7098 (Part-II/1985).
Withstand continuous conductor temperature of 90 deg C, which means higher continuous rated
current carrying
Capacity: The cables can operate even at conductor temperature of 130 deg C during a short time
emergency can withstand conductor temperature up to 250 deg C during a Short Circuit
condition
The average thickness of the insulation shall not be less than 8.8-mm. The insulation shall be so
applied that it fits closely on the conductor (or conductor screening or barrier if any) and it shall
be possible to remove it without damaging the conductor.
The eccentricity of the insulation thickness shall be less than 10% and ovality shall be less than
5%.

4.4 Insulation Shield: To confine electrical field to the insulation, non-magnetic semi-conducting
shield shall be put over the insulation. The insulation shield shall be extruded in the same
operation as the conductor shield and the insulation by triple extrusion through single head
process and shall be as IS:7098 Part 2, IEC:60502 Part 2, BS:6622, BS:7835.
4.5 Sheath : The sheath shall be suitable to withstand the site conditions and the desired temperature.
It should be of adequate thickness, consistent quality and free from all defects. The PVC sheath
shall be extruded as per IS:7098 Part-II/1985. IEC:60502 Part 2,BS:6622, LSOH to BS:7835.
4.6 ARMOUR : Armoring shall be applied over the inner sheath with single galvanized steel wire
complying with the requirements of IS:3975/1979. The dimensions of the galvanized wire shall
be as specified in table 4 of the IS:7098/Part-II/1985. The armour wire shall be applied as closely
as practicable. The direction of the lay of the armour shall be left hand. The joints in armour wire
shall be made by brazing or welding and the surface irregularities shall be removed. A joint in
any wire shall be atleast 300mm from the nearest joint in any other armour wire in the complete
cable and shall be as per IS:7098 Part 2, IS: 3975, IEC:60502 Part 2, BS:6622, BS:7835
4.7 OUTER SHEATH : Extruded PVC ST2, outer sheath as per IS:5831/1984, IS:7098
Part 2, IEC:60502 Part 2, BS:6622, LSOH to BS:7835. shall be applied over armoring with
suitable additives to prevent attack by rodents and termites. Outer sheathing shall be designed to
offer high degree of mechanical protection and shall also be heat, oils, chemicals, abrasion and
weather resistant. Common acids, alkalis, saline solutions etc., shall not have adverse effects on
the PVC sheathing material used.
4.8 The screening shall consist of nonmetallic semi-conducting compound, shielded cores
laid up with solid Non-hygroscopic fillers, inner sheath of extruded PVC, Galvanized round wire
Armour and PVC overall sheath.
4.9 The cables should be suitable for use in solidly earthed system.
4.10 The 33 kV underground cables shall be manufactured to the highest quality, best workmanship with
scientific material management and quality control. The bidder shall furnish the quality plan,
giving in detail the quality control procedure / management system.

:: 37 ::
4.11 The cable shall be suitable for laying in covered trenches and/or buried underground to meet the
outdoor application purposes.
4.12 The successful Bidder shall give sufficient advance notice to the purchaser of not less than one
month to arrange for inspection and quality assurance program during manufacture, at the works.
5

SYSTEM DETAILS:
General Technical particulars
Nominal system voltage (rms) (U)
Highest system voltage (rms) (Um)
Phase to Earth voltage (rms) (Uo)
Number of Phase
Frequency
Variation in Frequency
Type of Earthing
Basic impulse insulation level (1.2/50 S wave)
Total relay & circuit breaker Operating time

CLIMATIC CONDITIONS:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)

33KV
36.3KV
19.05 KV
3
50Hz
3%
Solidly Earthed
170 kV
15 20 cycles

Maximum ambient air temperature (in shade)


450 C
Maximum ambient air temperature (under sun)
500 C
Maximum daily average ambient air temperature
350 C
Maximum yearly average ambient air temperature
300 C
Maximum humidity
100%
Altitude above M.S.L.
Up to 1000M
Average No. of thunder storm days per annum
50
Average No. of dust storm days per annum
Occasional
Average No. of rainy days / annum
90
Average Annual Rain fall
925mm
Normal tropical monsoon period
4 months
Maximum wind pressure
150 kg/Sq.M

DESIGN CRITERIA:
7.1 The cables that are covered in these specifications are intended for use outdoor , under the
climatic conditions and installation conditions described in the technical specification.
7.2 Any technical feature, not specifically mentioned here, but is necessary, for the good
performance of the product, shall be incorporated in the design. Such features shall be clearly
brought out under Technical deviations schedule only, in the offer made by the bidder, giving
technical reasons, and justifying the need to incorporate these features.

:: 38 ::
7.3 For continuous operation of the cables, at specified rating, the maximum conductor temperature
shall be limited to the permissible value as per the relevant standard, generally not exceeding
90C under normal operation and 250C under short circuit conditions.
7.4 The cables in service will be subject to daily load cycles, of two peaks during a day; morning
peak and evening peak, with around 25% to 50% loading during the nights.
7.5 The materials used for outer sheaths shall be resistant to oils, acids and alkalis.
7.6 The cables shall have the mechanical strength required, during handling and laying.
7.7 The cables shall be designed to withstand the thermo-mechanical forces and electrical stresses
during normal operation and transient conditions.
7.8 The cables shall be designed to have a minimum useful life span of Thirty-five years.
7.9
8

The detailed design drawings shall be submitted along with the bid documents.

MANUFACTURE PROCESS:

8.1. Cross-linking of the insulation materials water tree retardant (TR) (pre compounded polyethylene)
shall be conforming to IS: 7098 (Part II) and the proof of purchase of the above insulating material
shall be submitted and is to be offered for stage inspection.
8.2 The conductor screen shall be of extruded semi conducting compound. The insulation screen shall
consist of the nonmetallic part, extruded semi conducting compound with non-magnetic metallic
part. The XLPE insulation and the shields for conductor and insulation shall be extruded in one
operation.
8.3 The cable must have Dry Cure-Dry (Nitrogen) Cooled Insulated Cores.
8.4 The cable must have Insulated Cores produced from triple Extrusion through Common Triple Cross
Head (single point triple extrusion).
8.5 The bidder shall specify the length of curing and cooling chamber.
8.6 The partial discharge shall be less than 2 PC and the bidder shall submit the type test certificate with
the value of less than 2 PC.
9 MATERIALS:
9.1 The conductor shall be of stranded construction. The material for conductor shall consist of the plain
aluminum of H2 or H4 grade as per clause 3 of IS 8130/ 1984.
9.2

The minimum number of wires shall be 53 for circular compacted 400 sq. mm aluminum
conductor as per table 2 of IS 8130/ 1984.

:: 39 ::
10 SCREENING:
10.1 The conductor screening shall be provided over the conductor by applying by extrusion of semiconducting compound. The semi-conducting compound shall withstand the operating temperature of
the cable and shall be compatible with the insulating material.
10.2 The insulation screen shall be applied over the insulation. The insulation screening shall consist of
two parts; namely metallic and non-metallic. The non-metallic part shall be applied directly over the
insulation of each core and shall consist of a semi conducting tape and extruded semi conducting
compound with a semi conducting coating. The metallic part of the insulation screen shall consist of
either tape, or braid, or concentric serving of wires or a sheath; shall be non-magnetic and shall be
applied over the non-metallic part.
11 CORE IDENTIFICATION:
11.1 The core identification for 3 core cables shall be provided, by suitable means, like, by application of
colored stripes, or by numerals or by printing on the cores as per clause 13 of IS: 7098 - Part 2
11.2 For identification of different coloring of XLPE Insulation, or by using colored strips, red, yellow
and blue colors respectively shall be used to identify the phase conductors.
12. LAYING UP OF CORES:
12.1 The cores shall be laid together with a suitable right hand lay. The interstices at the center shall be
filled with a non- hygroscopic material.
13. INNER SHEATH (COMMON COVERING):
13.1 The laid up cores shall be provided with inner sheath applied either by extrusion or by wrapping. It
shall be ensured that the shape is as circular as possible. The inner sheath shall be so applied that it
fits closely on the laid up cores and it shall be possible to remove it without damage to the
insulation.
13.2 The thickness of the inner sheath (common covering) shall be given as follows:
CALCULATED DIAMETER IN MM
OVER LAID UP CORES
[REF IS 10462 (PART 1)]
Over
Up to and including
_
25
25
35
35
45
45
55
55
_

THICKNESS OF INNER
SHEATH (Min) mm
0.3
0.4
0.5
0.6
0.7

13.3 When one or more layers of binder tapes are applied over the laid up cores, the thickness of such
tapes shall not be construed as a part of inner sheath.

:: 40 ::

14. ARMOURING:
14.1 Armoring shall be applied over the inner sheath with single galvanized steel wire complying with
the requirements of IS:3975/1979. The dimensions of the galvanized wire shall be as specified in
table 4 of the IS:7098/Part-II/1985. The armour wire shall be applied as closely as practicable. The
direction of the lay of the armour shall be left hand. The joints in armour wire shall be made by
brazing or welding and the surface irregularities shall be removed. A joint in any wire shall be
atleast 300mm from the nearest joint in any other armour wire in the complete cable and shall be as
per IS:7098 Part 2, IS: 3975, IEC:60502 Part 2, BS:6622, BS:7835
14.2 Bidders shall furnish the calculation / data sheet for the short circuit carrying capability of the
Armour.
15. OUTER SHEATH:
15.1 The outer sheath shall be applied by extrusion. It shall be applied over the armouring shall consist of
poly-vinyl chloride (PVC) compound, conforming to the requirements of type ST-2 of IS 5831.
Suitable additives shall be added to give anti termite protection.
15.2 The minimum thickness of the PVC outer sheath shall not fall below the following value by more
than 0.2 mm + 0.2 ts
Calculated diameter under the outer sheath [IS 10462 Part
1] mm
Over
Up to and including
_
15
15
25
25
35
35
40
40
45
45
50
50
55
55
60
60
65
65
70
70
75
75
_

Nominal thickness of the


outer sheath (ts) - mm
1.8
2.0
2.2
2.4
2.6
2.8
3.0
3.2
3.4
3.6
3.8
4.0

16. IDENTIFICATION:
16.1 The outer sheath shall have the following information embossed or indented on it; the
manufacturers name or trade mark, the voltage grade, the year of manufacture and the letters
A_PDCL. The identification shall repeat every 300/350 mm along the length of the cable. Outer
sheath of cable shall be black in permanent colour.

:: 41 ::
17. INSPECTION AND QUALITY CONTROL:
17.1 The Bidder shall furnish a complete and detailed quality plan for the manufacturing process of the
cable. All raw materials shall conform to relevant applicable standards and tested for compliance
to quality and requirement. During the manufacturing process, at all stages, inspections shall be
made to check the physical and dimensional parameters, for verification to compliance to the
standards. The bidder shall arrange, for inspection by the purchaser, during manufacture with one
month advance notice for verifying the various stage inspections as specified in the quality
assurance plan enclosed to verify the quality control process of the Bidder.
18. TYPE TESTS:
Type test certificates from Accredited NABL Testing Laboratories for 33 kV XLPE UG cable,
shall be submitted along with Bid. The Type Tests should have been conducted not later than
5
years as on the date of BID opening.
18.1 Stage wise Inspection
The Bidder shall offer the stage wise inspection as detailed in the in the quality assurance plan
18.2 Notwithstanding, that type test have been conducted earlier, the supplier shall conduct all type tests
as per IS: 7098 part-II, 1985, with up to date amendments or equivalent international standard, and
supplies made only after approval of test reports from the purchaser. The purchaser reserves the
right to wave the repetition of the type test.
18.2 All acceptance tests shall be conducted in the presence of the purchaser/ representative.
18.3 The supplier shall give 15 days advance notice for inspections, and witnessing of tests by the
purchaser or his representative.
18.4 The following type tests shall be conducted on the cable.
Sl.
Test
Requirement
No.
Tests on conductor
IS:8130
i)
Tensile test
a)
IS:8130
ii)Wrapping test
IS:8130
iii)
Resistance test
Clause 15.2 &
b)
Tests for armoured wires and strips
IS:3975
c)
Test for thickness of insulation and sheath
Clause 4.3, 14.2 & 16.2
Physical tests for insulation:
i)
Tensile strength and elongation at
break
d)
ii)
Aging in air oven
Clause 4.2
iii)Hot test
iv)Shrinkage test
v)
Water absorption (gravimetric)

Test method Ref. Part


no of IS: 10810
1
2
3
5
6
7
11
30
12
33

:: 42 ::

e)

f)
g)
h)
j)
k)
m)
n)
p)
q)

Physical tests for outer sheath


i)
Tensile strength and elongation at
break
ii)
Aging in air oven
iii)Shrinkage test
iv)Hot deformation
Bleeding and blooming test
(outer sheath)
Partial discharge test
Bending test
Dielectric power factor test
i)
As a function of voltage
ii)
As a function of temperature
Insulation resistance
(volume resistivity) test
Heating cycle test
Impulse withstand test
High voltage test
Flammability test

7
IS: 5831

11
12
15

IS: 5831

19
Less than 2 PC
50
48

Clause 4.2

43

Clause 22.5
Clause 22.6
Clause 22.7
Clause 22.8

49
47
45
53

The following test shall be performed successively on the same test sample of completed cable, not less
than 10 M in length between the test accessories:
I.
II.
III.
IV.
V.

Partial discharge test.


Bending test followed by partial discharge test.
Dielectric power factor as a function of voltage.
Dielectric power factor as a function of temperature.
Heating cycle test followed by dielectric power factor as a function of voltage and partial
discharge tests.
VI. Impulse withstand test
VII. High voltage test.
19. ACCEPTANCE TEST:
19.1 The sampling plan for acceptance test shall be as per IS 7098 part -II, Appendix A.
19.2 The following shall constitute the acceptance test.
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)

Tensile test for aluminum.


Wrapping test for aluminum.
Conductor resistance test.
Test for thickness of insulation.
Test for thickness of inner and outer sheath.
Hot-set test for insulation.
Tensile strength and elongation at break test for insulation and outer sheath.
Partial discharge test (on full drum length).(shall be less than 2PC)
High voltage test.
Insulation resistance (volume resistivity) test.

:: 43 ::
20. ROUTINE TEST:
20.1 The following shall constitute routine tests:
a) Conductor resistance test.
b) Partial discharge test on full drum length.
c) High voltage test.
21. DETAILS OF TESTS:
21.1 Unless otherwise mentioned in this specification, the tests shall be carried out in accordance with
appropriate part of IS: 10810.
21.2 The partial discharge magnitude at test voltage equal to 1.5Uo shall not exceed 2 pC.
21.3 Bending test: The diameter of the test cylinder shall be 2005% D; where D is the overall diameter
of the completed cable. After completing the bending operations, the test sample shall be subjected
to partial discharge measurement and shall comply with the requirements given in 22.2.
21.4 Dielectric power factor test:
21.4.1 Tan as a function of voltage: The measured value of Tan at Uo shall not exceed 0.004 and the
increment of Tan between 0.5 Uo and 2 Uo shall not be more than 0.002.
21.4.2 Tan as a function of Temperature: The measured value of Tan at Uo shall not exceed 0.004 at
the ambient temperature and 0.008 at 90C.
21.5 Heating cycle test: The sample, which has been subjected to previous tests, shall be laid out on the
floor of the test room and subjected to heating cycles. After the third cycle, the sample shall be
subjected to dielectric power factor as a function of voltage, and partial discharge test.
21.6 Impulse voltage withstand test: The impulse voltage level shall be 170 kV. No breakdown of
insulation shall occur during the test.
21.7 High Voltage Test:
21.7.1 Type test and Acceptance tests: The cable shall withstand without breakdown an ac voltage equal
to 3 Uo when applied to the sample between conductor and screen/armour. The voltage shall be
gradually increased to the specified value and maintained for a period of 4 hours.
21.7.2 Routine test: The cable shall withstand without any failure, 48 kV rms between conductors and
screen/armour, when applied for a period of five minutes for each test connection.
21.8 Flammability test: Period of burning after removal of the flame shall not exceed 60 seconds and the
unaffected (un charred) portion from the lower edge of the top clamp shall be at least 50-mm.
AP-PDCL reserves the right to select a random sample of 33 kV UG cable from the
Manufacturers end which are ready to dispatch and also ongoing cable laying works and the
same samples will be sent to any testing laboratory as desired by AP-PDCL at Bidders cost. If the
testing results are found to be not satisfactory AP-PDCL reserves the right to reject the entire
batch of cable received and insists for replacement of material free of cost. The decision of APPDCL in this regard is final.

:: 44 ::
22. PACKING:
22.1 The cables, as per specified delivery lengths, shall be securely wound /packed in non-returnable steel
drums, capable of withstanding rough handling during transport by Rail, Road, etc. The packing
should withstand storage conditions in open yards. The cable drums shall conform to IS 104181982 or equivalent standard. The dimensional drawings of steel drums shall be furnished with the
bid. The drum shall be provided with circumferential lagging of strong wooden planks. The end of
the cable shall be sealed with good quality heat shrink sealing caps. The sufficiently required
additional sealing caps shall be supplied for use of testing during laying and jointing at site and to
seal spare lengths of cable. The packing should be able to withstand the rigorous of transport. The
following information in bold letters in English shall be painted on the flanges.
i)
ii)

Name & Address of the manufacturer, Trade name/Trade mark/Brand


Size of cable (Cross section) rated voltage, standard, insulation, cable code, drum No.,
and year of manufacture.
iii) Length of cables (Meters)
iv) Direction of rolling
v) Net weight (in Kg)
vi) Gross weight (in Kg)
vii) Owners purchase order reference.
23. SEALING OF CABLE ENDS ON DRUMS:
23.1 The cable ends shall be sealed properly so that ingress of moisture is completely prevented. The
individual core endings shall be sealed effectively with water resistant compound applied over the
core and provided with a heat shrinkable or push-on or Tapex or cold shrinkable type cap of
sufficient length with adequate cushion space so that the conductor does not puncture the cap in
case of movement of the core during unwinding or laying. Before sealing, the semi conducting
layer on the cores may be removed for about 2 mm at each end, to facilitate checking the insulation
resistance from one end, without removing the sealing cap at the other end.
23.2 The three cores should have an overall heat shrinkable or push-on or Tapex or cold shrinkable type
cap with adequate end clearance, and sufficient cushioning to prevent puncturing of the overall
sealing cap due to stretching of the cores. The sealing cap shall have sufficient mechanical strength
and shall prevent ingress of moisture into the cable. The ends of single core cables shall also be
sealed on the same lines to prevent entry of moisture.
24. CABLE LENGTHS:
24.1 The cables shall be supplied in continuous lengths of 300 m or more with 5% tolerance and cable
shall on the steel drums only.
25. QUANTITY TOLERANCE:
A +3% tolerance shall be allowed on the ordered quantity including 300m cable as spare.

:: 45 ::
26.

MARKING:
The packed cable drum shall carry the following information, clearly painted or stenciled.
a) The letters AP-PDCL
b) Reference to Standard and ISI mark.
c) Manufacturers Name or trade mark.
d) Type of cable & voltage grade.
e) Number of cores.
f) Nominal cross- sectional area of conductor.
g) Cable code.
h) Length of cable on the drum.
i) Direction of rotation.
j) Gross weight.
k) Country of Manufacture.
l) Year of Manufacture.
m) Purchase order and date.
n) Address of consignee.

27. GUARANTEED TECHNICAL PARTICULARS:


The bidder, shall furnish the guaranteed technical particulars of the cable offered in the GTP format
provided
28 DRAWING & LITERATURE:
The following shall be furnished along with the tender
a) Cross sectional drawings of the cables, giving dimensional details.
b) An illustrated literature on the cable, giving technical information, on current ratings, cable
constants, short circuit ratings, derating factors for different types of installation, packing date,
weights and other relevant information.
29.GUARANTEE:
The cable manufactured shall be guaranteed for the period of 18 months from the date of receipt at
stores.
30. The tenderer shall furnish a copy of valid BIS licence for ISI marking together with their offer,
without which the offer shall be treated as non-responsive.
31. APCPDCL reserves the right to select a random sample of 33KV UG Cable from the
manufacturer end which are ready to dispatch and also from the stores or works and will be
sent to any of the testing laboratory as desired by APCPDCL at bidders cost. If the testing
results are found to be not satisfactory APCPDCL reserves the right to reject the entire batch
of cable and action will be initiated as deemed fit by APCPDCL.
32. The bidder shall offer the stage wise inspection as detailed in the quality assurance plan now to
be added.

1
2
3
4
5

:: 46 ::
A1 : GUARANTEED TECHNICAL PARTICULARS FOR 33 KV UG Cable
Bidder's Name
Class of Power Cable
Name of the Manufacturer and country of origin
Country of Manufacture
Type of cable / cable code
Applicable standard
Voltage
a. Rated Nominal voltage
b) Rated Maximum voltage
Suitability for :
a. Earthed system
b. Unearthed system
Conductor
a) Nominal cross section (sq.mm)
b) Material
c) Shape
d) Diameter of conductor (mm)
e) Number of wires per conductor (Nos.)
f) Nominal diameter of wire in conductor (mm)
Conductor screen
a) Material and type
b) Thickness (mm)
c) Maximum volume resistivity at 90
ageing (ohm-cm)

10

11

deg C before and after

Maximum value of Electric stress at


a) Conductor screen KV/mm
b) At the insulation KV/mm
Insulation XLPE
a) Curing process (furnish details separately)
b) Material/Composition
c) Dia over insulation
d) Radial thickness
i. Nominal (mm)
ii. Average (mm)
iii. Minimum (mm)
Insulation screen (Non metallic)
a) Material
b) Nominal thickness (mm)
c) Maximum volume resistivity at 90 deg. C. (ohm-cm)

:: 47 ::
Tape swellable (Longitudinal water / Moisture / Protection)
12

13

a) Material
b) Thickness (mm)
c) Tolerance
sheath
a) Type / composition
b) Material
c) Nominal thickness
d) Tolerance on thickness
e) Diameter of cable over sheath (mm)

14

15

Bedding Tape over Inner sheath


i) Material
ii) Dimension (Wxt) (mm) x (mm)
Nom. (mm)
Min. (mm)
Concentric screen / Armour of wires
a) Material
b) Dia of wire
Nom. (mm)
Min. (mm)
Binder open Helix, contact copper Tape over screen / Armour
wires

16

17

18

19

20

a) Material
b) Dimension (Wxt)
Nom. (mm)
Min. (mm)
Non-woven water swellable Tape over Binder Tape
a) Material
b) Dimension
Overall sheath
i) Material & Type
ii) Thickness
Nom. (mm)
Min. (mm)
Conductive coating outer sheath
a) Material
b) Thickness
Anti-termite treatment to outer sheath
a) Material

:: 48 ::
21

External overall dia of cable

22

Short circuit rating of conductor 90 deg. C operating temperature


for 1 Sec.

23

Minimum cable bending radius (in terms of cable diameter)

24

Permissible maximum tension


Continuous current rating under specified insulation conditions at
conductor temperature of 65 deg. C and 90 deg. C.

25

Ground Temperature 30 deg. C


Thermal resistivity of soil 150 deg. C CM/W
Depth of laying 200 mm
Ambient Air temperature 40 deg. C
No. of circuits 1 OR 2
Spacing between two circuits (600 mm)
Formation

26

Maximum permissible conductor temperature for continuous


operation under specified installation conditions (deg. C)

27

Conductor temperature at rated current (deg. C)

28

Basic impulse level at conductor temperature of 90 deg. C (KV)

29
30

Impulse wave shape


Power frequency with stand voltage (KV)

31

Tan Delta at 50 Hz (at U.KV and 90 (-5/+10) deg. C

32
33

Sheath voltage at max. load


Withstand voltage of sheath on spark test
Permissible short circuit current ratings of conductor

34

35

i) 0.1 Sec KA
ii) o.2 Sec KA
iii) 0.5 Sec KA
iv) 1.0 Sec KA
Conductor resistance DC & AC
a) at 20 deg. C (d.c)/A.C. ohm/KM
b) at 90 deg. C (d.c)/A.C. ohm/KM
c) at 105 deg. C (d.c)/A.C. ohm/KM
(ohm)

over load temp) a.c.

:: 49 ::
Equivalent star resistance at 50 Hz of 3 phase current
36

a) at 20 deg. C (d.c)/A.C. ohm/KM


b) at 90 deg. C (d.c)/A.C. ohm/KM
c) at 10% continuous overload temperature (ohm/KM)

37

38

Star reactance at 50 hz (ohm/KM)


Approximate impedance at 50 hz per KM
a) at 20 deg. C ohm/KM
b) at 90 deg. C ohm/KM
c) at 10% continuous overload temperature (ohm/KM)

39

40

Self electrostatic capacitance per phase (Micro farad/KM)


Maximum power factor at charging KVA of cables when laid
direct in ground at normal voltage & frequency
a) at ambient Temperature
b) at Maximum conductor Temperature

41

42

43
44
45
46
47

a) Positive and negative sequence impedance (ohm/KM)


b) Zero sequence impedance (ohm/KM)
Zero sequence data
a) Series resistance (ohm/KM)
b) Series reactance (ohm/KM)
c) Shunt capacitive reactance (ohm/KM)
a) Sheath resistance at 20 deg. C ohm/KM
b) Screen resistance at 20 deg. C ohm/KM
c) Combined resistance at 20 deg. C ohm/KM
Surge impedance of cable (ohm/KM)
IR value at ambient temperature per KM
Maximum magnitude of partial discharge at 1.5 U.o
At Ambient Temperature (Po)
At High Temperature (Po)
Losses per Km.
NOTE : (i) Cable Conductor size 400 sq. mm
a) Total 3 phase dielectric loss
i. One circuit alive Kw/KM
ii. Both circuits alive KW/KM on each circuit

:: 50 ::
b) Total 3 phase resistive loss

48
49
50

i. One circuit alive Kw/KM


ii. Both circuits alive KW/KM on each circuit
c) Total 3 phase sheath / screen loss
i. One circuit alive Kw/KM
ii. Both circuits alive load KW/KM on each circuit
d) Other losses due to reinforcement
i. One circuit alive KW/KM
ii. Both circuits alive KW/KM on each circuit
e) Total losses
i. One circuit alive KW/KM
ii. Both circuits alive KW/KM
Charging current at rated voltage per Km (Amps)
Short circuit capacity of conductor for one second at 90 deg. C prior
to short circuit and 250 deg. C during short circuit (KA)
Circulating current under the BEB condition in
i. sheath
Amps
ii. Copper tape screen
Amps
iii. In both
Amps
when current in conductor is the rated current

51

Circulating current in sheath armouring /Cu screen (when the


conductor is carrying 25 KA S.C. current. In KA

52

Combined short circuit capacity of Metallic sheath and screen for 1


Sec. at metallic sheath/screen temperature of 75 deg. C (conductor
temperature 90 deg. C before S.C and 250 deg. C during S.C

53

Screening factor of cable for calculating interferance on control and


communication cables :
Approximate value of attenuation of carrier current signals
operating over a frequency range

54

55

i. 50 KC/s
dB/KM
ii. 100 KC/s dB/KM
iii. 150 KC/s dB/KM
iv. 200 KC/s dB/KM
Shipping weight and size of cale drum
a) Size of Drum
i. Dia of Drum
(M)
ii. Width of Drum
(M)
iii. Gross Weight
(Kgs)
iv. Length of cable per Drum (M)
v. Weight of Cable (Kg/M)

:: 51 ::
DERATING FACTORS
1

VARIATION IN GROUND TEMPERATURE :

Ground Temperature (deg. C) :


15
Rating Factor
VARIATION IN DEPTH OF LAYING :
Depth of Laying (Meters):
0.7
Rating Factor

20

25

30

35

40

0.9

1.0

1.2

1.3

1.5

120

150.0

200

250

25

30

35

40

45

50

100

200

300.0

400

600

800

45

VARIATION IN THERMAL RESISTIVITY OF SOIL


Thermal Resistivity
(deg. C cm/watt)

of

Soil

100

Rating Factor

VARIATION IN AIR TEMPERATURE :


Air Temperature (deg. C) :
Rating Factor

VARIATION DISTANCE (MM) :


Axial Distance (mm) Between
circuits :
Rating Factor

55

:: 52 ::
Current Rating Factor
Single Point Bonded
Particulars

Current Rating conductor size 400 Sq. mm


a) In Ground
i. Of each circuits (when both the circuits alive)
ii. Of one circuits (when other circuit is isolated)
b) In Duct
i. Of each circuits (when both the circuits alive)
ii. Of one circuits (when other circuit is isolated)
c) In pipe, one cable per pipe.
i. Of each circuits (when both the circuits alive)
ii. Of one circuits (when other circuit is isolated)
d) In Air
i. Of each circuits (when both the circuits alive)
ii. Of one circuits (when other circuit is isolated)

65 deg.
C Amps

90 deg.
C Amps

Both End Bonded


65 deg.
C Amps

90 deg.
C Amps

:: 53 ::
SECTION VI
QUALIFICATION REQUIREMENTS
1.

The bidder should be a manufacturer who must have designed, manufactured, tested and
supplied to power utilities at least 40% of the quoted quantity of the goods/equipment of same
or higher voltage class indicated in the Schedule of Requirement in one continuous period of
12 months during the last 5 years period and its financial turnover during any one year of the last
five years should have been equal or more than 100% value of the material now quoted.
At least 20% of similar material offered against this Specification should be in successful
operation since 2 years as on the date of opening of the Bid with documentary evidence. Fresh
bidders can be given order upto 15% of total quantity as a trial order if equipment
justified.
Any company/vendor/supplier/contractor that is blacklisted/debarred by any other power
utility is not eligible to participate in the tenders.
The bidders shall have to furnish an undertaking in the prescribed format (at page no. 57)
regarding any relation to the promoters of blacklisted / debarred companies by any utility.
Any false information furnished in the declaration while rendering bid, such contract is
liable for termination as well as recovery of damages.

2.

The bidder should furnish the information on all past supplies and satisfactory performance in
proforma under Form 5 attested by a CA

3.

All bids submitted will also include the following information:


i.
Copies of original documents defining the constitution or legal status, place of
registration and principle place of business of the company or firm or partnership, etc.,
ii.

The bidder should furnish a brief write-up, backed with adequate data, explaining his
available capacity and experience (both technical and commercial) for the manufacture
and supply of the required equipment within the specified time of completion after
meeting all their current commitments.

iii.

The bidder should clearly confirm that all the facilities exist in his factory for inspection
and testing and these will be made available to the purchaser or his representative for
inspection.

iv.
4.

5.

6.

Reports on financial standing of the Bidder such as profit and loss statement, balance
sheets and auditors report for the past five years, bankers certificates etc.
The bidder will furnish Type Test Results. The type tests must have been conducted on the
material offered as per the relevant IS in recognized laboratory (NABL) as per the latest revision
of the Technical Specification and the date of Type tests will not be later than 5 years. The Bids
received without type test reports will be treated as Non-Responsive. If any change in design
was made latest type tests shall be furnished along with approved drawing.
Even though the bidder meets the above qualifying criteria, they are subject to be disqualified if
they have
a.

made misleading or false representations in the forms statements and attachments


submitted in proof of qualification requirements and / or

b.

record of poor performance such as not properly completing the contract, inordinate
delays in supply completion, litigation history or financial failure etc.

Not withstanding anything stated above the purchaser reserves the right to assess bidders
capability and capacity to perform the contract should circumstances warrant such an assessment
in the overall interest of the purchaser.

:: 54 ::

SECTION-VII
SAMPLE FORMS

:: 55 ::
1. BID FORM
Date. .......
TO: (Name and Address of Purchaser)
Gentlemen and/or Ladies:
Having examined the Bidding documents, the receipt of which is hereby duly acknowledged, we,
the undersigned, offer to supply and deliver. ......................... (Description of Materials /
equipment) in conformity with the said bidding documents for the sum of. ............. (total bid
amount in words and in figures) or such other sums as may be ascertained in accordance with the
schedule of prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the Materials / equipment in accordance with the
delivery schedule specified in the Schedule of Requirements.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to. 10% of the
Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser.
We agree to abide by this Bid upto . (for the Bid Validity Period) specified in Clause
and it will remain binding upon us and may be accepted at any time before the expiration of that
period.
Until a formal contract is prepared and executed, this Bid, together with your written acceptance
thereof and your notification of award, will constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We certify / confirm that we comply with the eligibility requirements as per clause of the
bidding documents.
Dated this. ...........day of. .............200
____________________________
____________________________
[Signature]

[in the capacity of]

Duly authorized to sign Bid for and on behalf of _____________________________

:: 56 ::
2. (a) BID SECURITY FORM
Whereas. .............. (hereinafter called "the Bidder") has submitted its Bid dated (date of submission of
bid) for the supply of. ....................(name and /or description of the Materials / equipment) (hereinafter
called "the Bid").
KNOW ALL PEOPLE by these presents that WE. .............(name of bank) having our registered office at.
...........(address of bank)(hereinafter called "the Bank"), are bound unto. ...............(name of Purchaser)
(hereinafter called "the Purchaser") in the sum of
for which payment well and truly to be made
to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the
Common Seal of the said Bank this
day of
200 .
THE CONDITIONS of this obligation are:
1.

If the Bidder
a) withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form;
or
a)

2.

does not accept the correction of errors in accordance with the Bid Specification, or

If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period
of bid validity;
(a)

fails or refuses to furnish the performance security, in accordance with the Bid
Specification.

(b)

fails or refuses to execute the Contract Form if required; or


We undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that
in its demand the Purchaser will note that the amount claimed by it is due to it, owing to
the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.

This guarantee will remain in force up to and including forty five (45) days after .
(Specification Date) the period of the bid validity, and any demand in respect thereof should reach the
Bank not later than the above date.
. ....................
(Signature of the Bank)
NOTE: This will be executed on a Rs.100/- non-judicial stamp paper issued by a scheduled Bank.

:: 57 ::
2. (b) PERFORMANCE SECURITY FORM
To:

(Name of Purchaser)

WHEREAS..(Name of Supplier)
(hereinafter called "the Supplier") has undertaken, in pursuance of Contract No.............dated.............2005
to supply. ................(Description of Materials / equipment and Services)
(hereinafter called "the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier will furnish you
with a Bank Guarantee by a recognized Bank for the sum specified therein as security for compliance
with the Supplier's performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, up to a total of. ............................ (Amount of the Guarantee in Words and Figures) and we
undertake to pay you, upon your first written demand declaring the Supplier to be in default under the
Contract and without cavil or argument, any sum or sums within the limit of................ (Amount of
Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or
the sum specified therein.
This guarantee is valid until the. ... day of. ..... 2009 .

Signature and Seal of Guarantors


..........................................
Date. .......................2009.
..........................................
..........................................
Address:.......................
..........................................
..........................................
NOTE: This will be executed on a Rs.100/- non-judicial stamp paper by a scheduled Bank.

:: 58 ::
3. CONTRACT FORM
THIS AGREEMENT made the. ....... day of. ............ 200 Between. ..............(Name of Purchaser) of
the one part and. ..........(Name of Supplier) of the other part:
WHEREAS the Purchaser invited bids for certain Materials / equipment and ancillary services viz.,
.....................(Brief description of Materials / equipment and Services) and has accepted a bid by the
Supplier for the supply of those Materials / equipment and services in the sum of. .....................(Contract
Price in Words and Figures)(hereinafter called "the Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.

In this Agreement words and expressions will have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.

2.

The following documents will be deemed to form and be read and construed as part of this
Agreement, viz.:
(a)

the Bid Form and the Price Schedule submitted by the Bidder;

(b)

the Schedule of Requirements;

(c)

the Technical Specifications;

(d)

the General Conditions of Contract;

(e)

the Purchaser's Notification of Award.

3.

In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter


mentioned, the Supplier hereby covenants with the Purchaser to provide the Materials /
equipment and services and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

4.

The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the
Materials / equipment and services and the remedying of defects therein, the Contract Price or
such other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.

Brief particulars of the Materials / equipment and services which will be supplied/ provided by the
Supplier are as under:
Sl. No.

Brief Description of Quantity to be Unit Price


Materials / Equipment supplied
Rs.
& services

TOTAL VALUE:

(Rupees

Total Price
Rs.

Delivery Terms

only)

:: 59 ::
DELIVERY SCHEDULE:
IN WITNESS whereof the parties hereto have caused this Agreement to be executed on the day and year
first above written.
Signed, Sealed and Delivered by the
said. ..............................(for the Purchaser)
in the presence of. ................
Signed, Sealed and Delivered by the
said. ..............................(for the Supplier)
in the presence of. ................
NOTE: To be executed on a Rs.100/- Non-judicial stamp paper.

:: 60 ::
4. MANUFACTURERS' AUTHORISATION FORM
No.

dated

To
Dear Sir,
SPECIFICATION No.
We
who are established and reputable manufacturers of
_________________(name & descriptions of Materials / equipment offered) having factories at
(address of factory) do hereby authorize M/s.
(Name and address of Agent) to submit a bid,
and sign the contract with you for the above Materials / equipment manufactured by us against the above
Specification No..
No Company or firm or individual other than M/s.
are authorized to bid, and conclude
the contract in regard to this business against this specific Specification No..
We hereby extend our full guarantee and warranty as per Clause 53 of the General Conditions
Contract for the Materials / equipment and services offered by the above firm against this Specification
No..
Yours faithfully,
(Name)
(Name of manufacturers)
Note:

This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to bind the
manufacturer. It should be included by the Bidder in its bid.

:: 61 ::
5. PROFORMA FOR PERFORMANCE STATEMENT
Bid No.__________

Date of Opening________

Time _______ Hours


Name of the Firm__________________________________________
Order placed by
(full address of
purchaser)

Order No. and


Date

Description and
quantity of
ordered
equipment

Remarks indicating reasons for late delivery, if


any

Date of Completion of Delivery


As per Contract

Actual

Has the equipment been satisfactorily


functioning? (Attach a Certificate from the
Purchaser)

Signature of the Bidder _______________________


________________________
________________________

:: 62 ::
6. DETAILS TO BE FURNISHED BY THE MANUFACTURER (Format A)
1. Specification No.

2. Name of the Material

3. Bidders vendor Registration No. for this item

4. Quantity to be procured

5. Last date and time for submission of Bid

6. Date and time for opening of Bid

7. State whether Bid guarantee is enclosed or


Permanent Bid Guarantee available
8. State whether the quotation in three parts has been submitted

9. State whether 20% minimum quantity is quoted

10. Whether willing to furnish performance B.G.


placed
11. Details of remittance of Specification cost

@ 10% if order is

:
:

12. Whether month wise delivery schedule indicated

13. Prices whether variable / Firm

14. Whether any other tax / duty payable. If so give details and the
same is included / not included.
15. State whether APCPDCL terms of payment are accepted.

16. Quantity offered for supply

17. State whether 90 days validity offered

18. Whether sample is enclosed (if specified)

19. Whether the material / equipment offered


:
conforms to the relevant APCPDCL
20.Specification
Whether you have executed orders of the APCPDCL previously :
for these items. (Please give details)
21. Similar details in respect of supplies made to other utilities
:
22. Whether Bid guarantee exemption letter enclosed, if exempted.

23. Whether sales tax clearance certificate enclosed

24. Whether Income-tax clearance certificate enclosed.

25. Whether penalty clause accepted

26. Whether guarantee clause accepted

27. Whether Financial Turnover statement have been enclosed or not

NIL

:: 63 ::
7. SCHEDULE OF DEVIATION
(i) TECHNICAL
Sl. No.

Requirements / Equipment

Specification
Clause No.

Deviations

Remarks

It is hereby conformed that except for deviations mentioned above, the offer conforms to all the
other features specified in Technical Specification Section ____ of this Bid Document

Place :

Signature of the Bidder :

Date :

Name :
Business address :

:: 64 ::
7. SCHEDULE OF DEVIATION
(ii) COMMERCIAL
Sl. No.

Requirements / Equipment

Specification
Clause No.

Deviations

Remarks

It is hereby conformed that except for deviations mentioned above, the offer conforms to all the
other features specified in Commercial Specification Section ____ of this Bid Document

Place :

Signature of the Bidder :

Date :

Name :
Business address:

:: 65 ::
DECLARATION FORM
Declaration to be given by the Company in regard to relation to promoters of Blacklisted /
debarred companies by any power utilities.
I declare that, myself or any of the representatives of my company / firm do not have any
relatives with promoters of blacklisted / debarred companies by any utilities.
It is certified that the information furnished above is true to the best of my knowledge and belief.
It is hereby undertaken that in the event of the above information found to be false or incorrect at a later
date, the CPDCL is entitled to terminate the contract/agreement entered into besides recovering damages
as may be found necessary, with due notice.

Signature of authorized representative

CHIEF GENERAL MANAGER/P&MM

You might also like